Vertical Lift Module (VLM) Storage System, Bldg. 148, DLA Distribution Cherry Point, NC
NOTICE TO OFFERORS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 - Streamlined Proce... NOTICE TO OFFERORS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with 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-5040. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03 effective 12 Jul 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 19-12 and Deviation 2019-02 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) contract for supply and install three (3) Vertical Lift Modules (VLM) Storage Systems (here to after called VLM's) for Bldg. 148, Bay A, Storage facility at Defense Logistics Agency (DLA) Distribution Cherry Point, NC (DDCN). The Government intends to award one contract as a result of this RFQ and will be issued on a Standard Form (SF) 1449. This acquisition is not a Defense Priorities and Allocations System (DPAS) rated procurement. 4. This RFQ is being solicited as unrestricted, full and open competition. The North American Industry Classification System (NAICS) code for this project is 333922 and the size standard is 500 employees. The Product or Service Code (PSC) for this acquisition is 3910. 5. DELIVERY: ALL UNIT PRICES SHALL BE QUOTED AS FOB DESTINATION PRICING. Delivery/Install: The items shall be shipped as follows: DLA Distribution Cherry Point Building 148 148 Beachy Street, MCAS Cherry Point, NC 28533 USA 6. INSURANCE: Reference FAR Clause 52.228-5 Insurance-Work on a Government Installation located in this solicitation. The minimum amount/kind of insurance is shown below: Workers' Compensation and Employer's Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.) General Liability- $500,000 per occurrence Automobile Liability - Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors' proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. 7. SYSTEM FOR AWARD MANAGEMENT (SAM): A prospective awardee shall be registered in the System for Award management (SAM) database by the quotation submission date, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the SAM website at http://www.sam.gov. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _____________________________________________ Company Address: _____________________________________________ _____________________________________________ _____________________________________________ Telephone: _____________________________________________ CAGE Code: _____________________________________________ Point of Contact: _____________________________________________ EMAIL: _____________________________________________ Manufacturer: _____________________________________________ 8. INVOICING AND PAYMENT: Invoicing and Payment will be made via Wide Area Work Flow. See DFARS Clause 252.232-7006. 9. 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. 10. SITE VISIT: Date - 30 July 2019, Time - 9:00 AM Eastern Standard Time, Location - DLA Distribution Cherry Point, NC bldg. 159. Please provide the following information to Benjamin.bailey@dla.mil by no later than 23 July 2019: Company Name, Employee Name, Employee Date of Birth, Employee Driver's License Number, and State of Driver's License. Failure to submit this information in the time-frame requested above may result in delays upon your arrival at the installation. 11. SPECIAL NOTE: The statement of work (Attachment 1) and the contract data requirements list (exhibit 1) are currently in a draft format and may be revised prior to the solicitation due date. It is the Government's intent to award this requirement by September 30, 2019 and wanted provide vendors with preliminary information to prepare for submission of quotes. ATTACHMENTS: Attachment 1 - Statement of Work Attachment 2a - Drawing Attachment 2b - Drawing AutoCAD Attachment 3 - Schedule of Supplies Exhibit 1 - DD1423, Contract Data Requirements List (CDRL)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »