United States - Upgrade Receiving Conveyor Systems, Bldg. 499, DLA Distribution Red River, TX

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
06 May 2019
Opportunity publication date
06 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 05, 2019 3:07 pm

 
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 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-5014.
2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 effective 20 Dec 2018 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190215 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR19-05 and Deviation 2019-02. 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 Upgrade Receiving Conveyor Systems located at DLA Distribution Red River, Texas. The Government intends to award one contract as a result of this RFQ and will be issued on a Standard Form (SF) 1449.
4. This RFQ is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 333922 and the size standard is 500 employees.
5. DELIVERY: ALL UNIT PRICES SHALL BE QUOTED AS FOB DESTINATION PRICING.
Delivery/Install: The items shall be shipped as follows: DLA Distribution Red River, TX  Building 499 10th Street and Avenue K Texarkana, TX 75507-5000 USA DODAAC: SB3213

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). 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 WorkFlow. See DFARS Clause 252.232-7006.
9. Partial Payments:
a. Partial Payments IAW Far 32.102(d) are authorized under this purchase order (acquisition for the solicitation/po for the award) as specified below: Payment 1: Actual cost of materials delivered and accepted by the Contracting Officer Representative (COR) to be validated with supplier invoices. Payment 2: Installation of material and verification by the COR that the system is functional. The total value of the partial payments shall not exceed 70 percent of the total dollar of the purchase order.
b. All material and work covered by the partial payments shall, at the time of payment, become the sole property of the Government, but this shall not be construed as: (1) Relieving the contractor from the sole responsibility for all material and work upon which payments have been made for the restoration of any damaged work; or (2) Waiving the right to the Government to require the fulfillment of all the terms of the contract.
c. Final payment of the purchase order shall be made upon final acceptance of all deliverables by the Government and completion of final operational test.
d. The final payment shall be the total price less Payments 1 and 2.
10. 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.
11. SITE VISIT: Date - 17 April 2019, Time - 9:00 AM Central Standard Time, Location - DLA Distribution Red River, Texas, BLDG. 499. Please provide an email to benjamin.bailey@dla.mil and mogen.gilson@dla.mil by no later than 10 April 2019 if you are interested in attending the site visit. Upon arrival, contractor shall possess a valid driver's license and proof of insurance. Contractor will be met at the pass office and signed in for a one-day pass.
12. SUBCONTRACTING PLAN (LARGE BUSINESSES ONLY)
In accordance with FAR 19.704, FAR clause 52.219-9 (Alt II), and DFARS 252.219-7003 (Basic), a subcontracting plan is required from all large business offerors responding to this solicitation. Large Business Offerors shall demonstrate an acceptable subcontracting plan by addressing all the required elements of FAR 52.219-9 using Attachment 4 of the solicitation and shall include the broadest possible scope of small business participation. All large business offerors shall provide in their subcontracting plan a description of the efforts each will make to assure that Small Business (SB); Small Disadvantaged Business (SDB); Women-Owned and Economically Disadvantaged Women-Owned Small Business (WOSB/EDWOSB); Service-Disabled and Veteran-Owned Small Business (SDVOSB/VOSB); and, HUBZone Small Business (Hzn) concerns will have equal opportunity to compete for subcontracts under any resulting contract. Large Business offerors shall also clearly define the roles and responsibilities between the prime and subcontractors in the proposed subcontracting plan. Subcontracting goals should be set at a level that the parties reasonably expect can result from the offeror expending good faith efforts to use Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business, and Woman-Owned Small Business subcontractors to the maximum extent practicable. Large Business Offerors shall provide substantiating documentation to demonstrate the above requirements. The Small Business Subcontracting Plan will become part of the resultant contract.
13. SMALL BUSINESS PARTICIPATION COMMITMENT DOCUMENT (SBPCD) (ALL OFFERORS)
All offerors (both other than small business and small business) shall provide the following SBPCD requirements using Attachment 5 and provide substantiating documentation to demonstrate how the offeror will meet these requirements. This required information will be used in the performance of this acquisition (as small business prime offerors or small business subcontractors) relative to Evaluation, Factor 3, Small Business Participation Commitment Document. These SBPCD requirements will become part of the resultant contract.
The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel 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 process.
PLEASE NOTE: Funding is currently not available for this project. An award will not be issued until funding is available. It is required that contractors hold their pricing for sixty (60) days from the Request For Quotation (RFQ) due date.

ATTACHMENTS:
Attachment 1 - Statement of Work
Attachment 2a - Drawings
Attachment 2b - Drawings
Attachment 2c - Drawings AutoCAD
Attachment 2d - Drawings AutoCAD
Attachment 3 - Schedule of Supplies
Attachment 4 - Subcontracting Plan Template
Attachment 5 - Small Business Participation Commitment Document Exhibit 1 - Contract Data Requirements List (CDRL)

Opportunity closing date
06 May 2019
Value of contract
to be confirmed

About the buyer

Address
Defense Logistics Agency DLA Distribution United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?