Fire Door Maintenance
NOTICE TO OFFERORS •1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for... NOTICE TO OFFERORS •1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice per FAR 12.603(c)(2)(i) and in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP3300-19-Q-5035. •2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03 effective 12 July 2019 and Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Publication Notice (DPN) 20190628 edition effective 28 June 2019 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 19-04 through 12 effective 14 May 2019. The complete text of any of the clauses and provisions are: FAR - https://www.acquisition.gov/browsefar DFARS - https://www.acq.osd.mil/dpap/dars/dfarspgi/current DLAD - http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx •3. This Request for Quotation (RFQ) is being issued to establish a Firm-Fixed Price (FFP) and Time and Materials (T&M) type contract for inspection, maintenance, and repair of fire door (preventive and remedial maintenance) support services on Fire Doors located at the Defense Logistics Agency Distribution Susquehanna, Pennsylvania. The contractor shall provide all labor, equipment, tools, test equipment, materials, replacement parts, and supervision necessary to perform the required maintenance services. The services shall be performed in accordance with Performance Work Statement (PWS) provided at Attachment 1. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. •4. This RFQ is solicited as a 100 percent small business set-aside. The North American Industry Classification System (NAICS) code for this project is 561210 and the size standard is $38.5 million. The Product Service Code (PSC) for this acquisition is Z1GZ - Maintenance and Repair of Facilities. A Defense Priorities and Allocation System (DPAS) assigned rating is not applicable to this requirement. •5. Period of performance: One (1) Base Year of twelve (12) months and two (2) twelve (12) month Option Years. The period of performance is anticipated to be as follows: Base Year: approximately on or about 28 September 2019 through 27 September 2020 Option Year One (if exercised): approximately on or about 28 September 2020 through 27 September 2021 Option Year Two (if exercised): approximately on or about 28 September 2021 through 27 September 2022 •6. Service Contract Labor Standards: The Service Contract Labor Standards are applicable to this acquisition. Therefore, the attached Wage Determination No. 2015-4245, Rev. 8 dated 05/30/2019 will be applicable. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade equivalency is as follows: Electronic Measurement Equipment Mechanic = $25.19 per hour (WG-10) Electronic Industrial Controls Mechanic = $25.19 per hour (WG-10) •7. SITE VISIT: An organized site visit will be held. Attendance at the pre-quote site visit is recommended to confirm the current condition and locations of the work required. Please reference Addenda to FAR 52.212-1 Instructions to Offerors on page 22 for information. •8. The contractor shall type company name, address, and Unique Entity Identifier (CAGE) code exactly as it appears in the DoD System for Award Management (SAM) Database. See paragraph 9 below for more information. Company Name: _________________________________ Manufacturer Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Point of Contact: _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL: __________________________________ •9. SYSTEM FOR AWARD MANAGEMENT: In accordance with FAR 52.204-7 System for Award Management (OCT 2018), (b)(1) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM. (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. Please reference the clause for more information. •10. INVOICING AND PAYMENT: Invoicing and payment will be made via Wide Area WorkFlow (WAWF). Reference DFARS Clause 252.232-7003 and DFARS 252.232-7006 of this RFQ. •11. SUBMISSION OF SERVICE/DELIVERY SLIPS Service verification slips must be delivered to the Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment. •12. PACKING AND MARKING REQUIREMENTS - All products shall be packaged best commercial practice in accordance with ASTM 3951. All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue. Omission of any data on the shipping documentation could cause a delay in receipt of goods and significantly delay payment. •13. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 13. Organizational Conflict Of Interest The contractor shall be ineligible from participation as a contractor, subcontractor, or consultant in any procurement arising or resulting from any of the services provided to DLA on this contract. This restriction includes providing services to any potential bidders on such procurements. The contractor shall not incorporate its product or services in any Performance Work Statement or specification unless directed to do so in writing by the Contracting Officer. If the contractor, in the performance of this contract, obtains access to information such as plans, policies, reports, studies, financial data, internal data, or any other non-public information or information by the Privacy Act, the contractor agrees not to release such information without prior written approval from the Contracting Officer. The use of such information for personal gain is prohibited. In addition, the contractor agrees that to the extent it receives or is given access to proprietary data, or other confidential or privileged technical, business, or financial information under this contract, it shall treat such information in accordance with any restrictions imposed on such information. 14. Illegal Items Not Authorized On Federal Installation Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. 15. Management Of Contractor Employees The Contractor personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed in the Performance Work Statement. The Contractor shall select, supervise, and exercise control and direction over its employees under this contract. The Contractor shall not supervise, direct, or control the activities of the Government personnel or the employee of any other contractor, except any subcontractor employed by the Contractor on this contract. The Government shall not exercise any supervision or control over the Contractor in the performance of contractual services under this contract. The Contractor is accountable to the Government for the actions of its personnel. 16. SINGLE AWARD: The Government intends to award a single Firm-Fixed Price with Time and Materials (T&M) CLINs purchase order as a result of this solicitation. 17. Offers must be submitted for contract line items (CLINs) X001-X005 to be evaluated for a single contract award. Offers that do not quote on or cannot perform line items X001-X005 shall not be considered. Please refer to the Schedule of Supplies/Services. Interested contractors shall follow the instructions below at Addenda to FAR 52.212-1 to complete the total price for each CLIN and total yearly price in the Schedule of Supplies/Services. 18. The Government is not soliciting for the "same old way" of doing business. The Government encourages quotes that will achieve savings through innovative processes. Furthermore, DLA Distribution personal are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. 19. Attachments to Solicitation: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Combined Drawing Set Attachment 3 - DoL Wage Determination 2015-4245 Revision No. 8 dated 5/30/2019 Attachment 4 - Quality Assurance Surveillance Plan (QASP) Attachment 5 - Past Performance Questionnaire
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »