Pearl Harbor Truck Scale Maintenance and Repair
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 25, 2022 01:40 pm EDT
- Original Published Date: Jul 13, 2022 02:02 pm EDT
- Updated Date Offers Due: Aug 12, 2022 12:00 pm EDT
- Original Date Offers Due: Aug 12, 2022 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 27, 2022
- Original Inactive Date: Aug 27, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J052 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS
- NAICS Code:
- 811219 - Other Electronic and Precision Equipment Repair and Maintenance
- Place of Performance: Honolulu , HI 96818USA
Description
Amendment 1 (7/25/2022): This amendment is being issued to answer offeror question (below).
Please clarify AX900's location (s) where they will be located for calibration/repair/etc?
Answer: All AX900 Scales would be relocated to the Pearl Harbor Scrap Yard for maintenance and calibration. These are portable scales. The scales in question will be brought to that site for all maintenance.
Pearl Harbor Truck Scale Maintenance and Repair
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is SP4510-22-Q-1021 and being issued as a request for quotation (RFQ).
This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2022-06, effective 26 May 2022. See attached Performance Work Statement and applicable provisions and clauses.
This is a 100% Full and Open Competition for Truck Scale Maintenance and Repair Services for DLA Disposition Services Pearl Harbor, HI. The NAICS code is 811219 with a size standard of $22.0 million and the requirement will result in one base period plus two 12-month option year periods. Firm Fixed Priced base contract.
Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program.
In order to accomplish this mission, DLA Disposition Services is seeking to have Maintenance and Repair services on site Truck Scales in accordance with the attached Performance Work Statement for DLA Disposition Services Pearl Harbor, HI.
This requirement is a Firm Fixed Priced contract. Pricing must be Fixed Price for the entirety of services quoted.
EVALUATION:
Quotations will be evaluated on a Lowest-Priced Technically-Acceptable basis. Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (all periods), after a pass/fail evaluation of the contractors’ technical submission.
Technical Submission:
Provide verification of certified trained mechanics with experience on the equipment specified in this requirement. Verification can be any of the following: training certificates, certifications/licenses, resumes, and/or a successful past performance (within the last three years) reference providing maintenance services on equipment similar to the solicited requirement.
**Quotes that do not submit documentation about their technical submission will be considered a fail without further evaluation.**
Offers are due at 12:00 PM Eastern Time (United States), on Friday 12 August 2022. Email quotes to chad.hankins@dla.mil. Questions are due Wednesday 27 July 2022 by 12:00 PM Eastern Time and must be submitted in writing via email to chad.hankins@dla.mil Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote.
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017
52.204-7 System for Award Management OCT 2018
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-17 Ownership or Control of Offeror AUG 2020
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.204-21 Basic Safeguarding of Covered Contractor Information Systems NOV 2021
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
52.204-26 Covered Telecommunications Equipment or Services—Representation OCT 2020
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services NOV 2021
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services NOV 2021
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I NOV 2021
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services NOV 2021
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services--Alternate I NOV 2021
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services JAN 2019
52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Acquisition NOV 2021
52.217-5 Evaluation of Options JUL 1990
Evaluation of Options (July 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
(End of provision)
52.217-9 Option to Extend the Term of the Contract MAR 2000
Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years.
(End of clause)
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns SEP 2021
52.219-28 Post-Award Small Business Program Representation SEP 2021
52.222-3 Convict Labor JUNE 2003
52.222-41 Service Contract Labor Standards AUG 2018
52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) AUG 2018
52.222-44 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment MAY 2014
52.222-50 Combating Trafficking in Persons NOV 2021
52.222-55 Minimum Wages Under Executive Order 13658 JAN 2022
52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2022
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021
52.233-3 Protest after Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.237-2 Protection of Government Buildings, Equipment, and Vegetation. APR 1984
52.247-34 F.o.b. Destination NOV 1991
252.201-7000 Contracting Officer's Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7003 Control of Government Personnel Work Product APR 1992
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.204-7016 Covered Defense Telecommunications Equipment or Services Representation DEC 2019
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022
252.204-7020 NIST SP 800-171 DoD Assessment Requirements. MAR 2022
252.204-7021 "Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirement." NOV 2020
252.225-7048 Export-Controlled Items JUNE 2013
252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.239-7017 Notice of Supply Chain Risk FEB 2019
252.239-7018 Supply Chain Risk FEB 2019
252.239-7098 Prohibition on Contrating to Maintain or Establish a Computer Network Unless Such Network is Designed to Block A ccess to Certain Websites—Prepresention APR 2021
252.246-7003 Notification of Potential Safety Issues JUN 2013
252.246-7008 Sources of Electronic Parts MAY 2018
52.222-21 Prohibition of Segregated Facilities APR 2015
52.222-22 Previous Contracts and Compliance Reports FEB 1999
52.222-25 Affirmative Action Compliance APR 1984
52.222-26 Equal Opportunity SEP 2016
52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020
52.223-20 Aerosols JUN 2016
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction
Goals—Representation DEC 2016
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020
52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018
52.252-5 Authorized Deviations in Provisions NOV 2020
52.252-6 Authorized Deviations in Clauses NOV 2020
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.244-7000 Subcontracts for Commercial Items JAN 2021
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts. AUG 2018
252.204-7022 Expediting Contract Closeout MAY 2021
252.211-7003 Item Unique Identification and Valuation MAR 2022
252.211-7007 Reporting of Government-Furnished Property AUG 2012
252.225-7012 Preference for Certain Domestic Commodities MAR 2022
Attachments/Links
Contact Information
Contracting Office Address
- FEDERAL CENTER 74 N WASHINGTON
- BATTLE CREEK , MI 49037-3092
- USA
Primary Point of Contact
- Chad Hankins
- chad.hankins@dla.mil
- Phone Number 2699675224
Secondary Point of Contact
- Matthew Wonch
- matthew.wonch@dla.mil
- Phone Number 2699679421
History
- Sep 03, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 27, 2022 01:20 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 25, 2022 01:40 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 13, 2022 02:02 pm EDTCombined Synopsis/Solicitation (Original)