Arkansas Bids > Bid Detail

2008 JLG Telehandler Repair, Model #800AJ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159310516363408
Posted Date: Apr 3, 2023
Due Date: Apr 6, 2023
Solicitation No: W519TC-23-Q-0067
Source: https://sam.gov/opp/0b22a995ef...
Follow
2008 JLG Telehandler Repair, Model #800AJ
Active
Contract Opportunity
Notice ID
W519TC-23-Q-0067
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 03, 2023 02:43 pm CDT
  • Original Published Date: Mar 20, 2023 02:44 pm CDT
  • Updated Date Offers Due: Apr 06, 2023 01:00 pm CDT
  • Original Date Offers Due: Apr 03, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 21, 2023
  • Original Inactive Date: Apr 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J024 - MAINT/REPAIR/REBUILD OF EQUIPMENT- TRACTORS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    White Hall , AR 71602
    USA
Description View Changes

*Amendment 01 to solicitation W519TC-23-Q-0067 has been executed as of 3APR2023. Amendment 01 can be found in the list of attachments associated with this solicitation. The closing date of this solicitation is hereby extended to Thursday. April 6, 2023 at 1:00 p.m. CT."





US Army Contracting Command – Rock Island, Munitions, and Industrial Base Division – CCRI-AE



1. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in 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.



2. The U.S. Army Contracting Command – Rock Island (ACC-RI) hereby requests a quote for repair a 2008 JLG Telehandler, Model #800AJ, in support of the Directorate of Public Works Mobile Equipment (DPWME) at Pine Bluff Arsenal in accordance with (IAW) Attachment 001 “Statement of Work – JLG Telehandler Repair.”



3. Solicitation W519TC-23-Q-0067 is issued as a Request for Quote (RFQ), Full and Open Competition in accordance with (IAW) FAR 12.6. This combined synopsis/solicitation is being released IAW FAR Part 12 and FAR Part 13. The Government Anticipates awarding a firm-fixed price contract with a period of performance, as follows: Period of Performance: Date of Award – 45 calendar days after award



4. The following NAICS code and small business size standard apply: NAICS: 811310 Size Standard: $12,500,000.00



5. Vendor shall use Attachment 002: “W519TC-23-Q-0067 Price Matrix” to submit its price quote.



6. The vendor shall provide their technical proposal in accordance with the format described in FAR 52.212-1 Addendum in this document



7. Contract will be awarded in accordance with FAR 52.212-2 to the Lowest Price Technically Acceptable, responsive, and responsible contractor whose price is determined to be fair and reasonable.



8. FAR 52.212-1 Instructions to Offerors-Commercial Items, and any addenda to this provision, are applicable to this acquisition.



9. FAR 52.212-2 Evaluation – Commercial Items, and any addenda to this provision, are applicable to this acquisition. 2



10. Offerors shall submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer.



11. FAR 52.212-4 Contract Terms and Conditions – Commercial Items, and any addenda to this clause, are applicable to this acquisition.



12. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any of the FAR Clauses marked, in the full text FAR 52.212-5 included below, are applicable to this acquisition



13. This acquisition is not rated in the Defense Priorities and Allocations System (DPAS).



14. All questions shall be submitted by 1:00pm, Central time on 27 March 2023. The USG is not obligated to answer questions submitted after this time. All reasonable questions submitted by the date listed above will be answered via amendment to the solicitation.



15. The Place of Performance is Pine Bluff Arsenal, Pine Bluff Arkansas 71602.



16. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, published 14 February 2023.



17. Quotes shall be submitted electronically via email by 1:00 pm, Central Time on 03 April 2023. The point of contact for this action is Eric Contreras, email: eric.d.contreras2.civ@army.mil and John Fotos, email: john.g.fotos.civ@army.mil.



Encl: Attachment 001 “Statement of Work – JLG Telehandler Repair” Attachment 002 ““W519TC-23-Q-0067 Price Matrix”



CONTRACT TERMS AND PROVISIONS The following clauses will be incorporated into the contract by Reference: 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) 52.204-23 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 (Oct 2020) 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) 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Nov 2021) 52.212-4 Contract Terms and Conditions-Commercial Items (Nov 2021) 52.217-5 Evaluation of Options (Jul 1990) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2022) 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 (Sept 2016) 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications 52.232-33 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) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Nov 2020) 52.252-6 Authorized Deviations in Clauses (Nov 2020) 252.203-7000 Requirements Relating to Compensation to former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 4 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7000 Disclosure of Information (Oct 2016) 252.204-7002 Payment for Contract Line or Subline Items Not Separately Priced (APR 2020) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment or ServicesRepresentation (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) 252.204-7022 Expediting Contract Closeout (May 2021) 252.211-7003 Item Unique Identification and Valuation (2023) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.245-7002 Reporting Loss of Government Property (Jan 2021) 5 The following provisions and clauses are hereby incorporated by Full Text: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition— (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; 6 (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during pre-award testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers: (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or 7 (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than 8 the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619- 8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by— (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) 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. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR 9 subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) Reserved. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) ADDENDUM TO FAR PROVISION 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (NOV 2021) 1. Offeror is highly encouraged to read each document included in solicitation W519TC-23-Q-0067 prior to preparing the quote. Pine Bluff Arsenal is responsible for both delivering and picking up the Telehandler to the contractor’s facility. For this reason, this requirement is intended to be completed by a Contractor located within 50 Miles of Pine Bluff Arsenal. 2. The USG intends to award to the lowest priced, technically acceptable, responsible Offeror. The Evaluation Factors for this solicitation are as follows: a. Factor 1: Technical b. Factor 2: Price 10 Only Offers that are found to be Technically Acceptable, will be evaluated for Price. 3. Offeror shall prepare a quote package that contains all the data listed below in sections 3(a) and 3(b-e). Quote shall be submitted electronically in compliance with the instructions provided in combined Synopsis/Solicitation W519TC-23-Q-0067. a. TECHNICAL: A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This document shall be submitted on company letterhead in Adobe Acrobat (.pdf) format. The technical description is limited (which includes i-iv below) to no more than 10 pages. The Cover Page and Table of Contents do not count towards page count. The Government is not obligated to review and evaluate any more than the first 10 pages, for Technical. The Cover Page of Technical shall include the following information: i. Company Name, SAM Unique Entity ID or CAGE Code ii. Contact information (i.e., name, phone number, and email address) for appropriate company representative. iii. The technical description shall also indicate whether Offeror will be able to comply with the Government’s delivery schedule. iv. Confirmation the quote remains valid for a period of 90 days after the submission deadline. b. PRICE: Offeror shall provide a quote utilizing the Attachment 002 ““W519TC-23-Q0067 Price Matrix.” Offeror shall enter a price in each of the yellow highlighted fields of the Price Matrix. c. Completed FAR provisions and clauses. Offeror shall complete and submit the following FAR provisions and clauses as part of its quote package: i. FAR Clause 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS ii. FAR Clause 52.222-25 AFFIRMATIVE ACTION COMPLIANCE d. Signed acknowledgement of the solicitation and any subsequent solicitation amendments (if any amendments have been issued by the Government). e. Offeror shall be registered in the System for Award Management (SAM) database to at the time of quote submission. Failure to be registered in SAM will render the quote unresponsive. SAM is to be used for all of the following: (i) contractor registration (formerly CCR), 11 (ii) representations and certifications (formerly ORCA), and (iii) exclusions (formerly EPLS). If Offeror has current representations and certifications in the System for Award Management (SAM) database, Offeror is allowed to submit the SAM representations and certifications in lieu of completing and submitting FAR Clause 52.212-3. (End of Provision Addendum) 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Contract will be awarded on a Firm Fixed-Price basis, to the Lowest Price Technically Acceptable offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options, to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS (NOV 2021) 1. The USG will evaluate responses to this solicitation in accordance with FAR 52.212-2 and the information contained within this addendum. 2. The USG intends to issue one award to the lowest priced, technically acceptable, responsible Offeror. The Evaluation Factors for this solicitation are as follows: a. Factor 1: Technical b. Factor 2: Price 3. Technical Factors will be evaluated as follows: ACCEPTABLE: The Offeror has submitted a technical description that meets all of the required elements of the attached Statement of Work (SOW). 12 UNACCEPTABLE: The Offeror either does not submit a technical description; or submits a technical description that does not meet all of the required elements of the attached SOW. 4. Only quotes rated TECHNICALLY ACCEPTABLE will be evaluated on Price. Price will be evaluated as follows: The Price will be determined by total summation of the prices entered in each of the yellow highlighted fields in the attached Price Matrix submitted by the offeror. 5. Award will be made to the lowest price, technically acceptable, responsive and responsible Offeror in accordance with FAR 9.104. (End of Provision Addendum) 13 The Following are Local Requirements specific to ACC-RI CONTRACTOR PERFORMANCE INFORMATION The successful offeror/bidder under this solicitation is advised that after contract award its performance under this contract will be subject to an assessment(s) in accordance with FAR 42.15 and AFARS 5142.1503. The Department of Defense (DoD) Contractors Performance Assessment Reporting System (CPARS) will be used to maintain the performance report(s) generated on this contract. The rating system to be used in this assessment shall be as follows: Exceptional (Dark Blue) – Performance meets contractual requirements and exceeds many to the Government’s benefit. The contractual performance of the element or sub element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Very Good (Purple) – Performance meets contractual requirements and exceeds some to the Government’s benefit. The contractual performance of the element or sub element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective. Satisfactory (Green) – Performance meets contractual requirements. The contractual performance of the element or sub element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Marginal (Yellow) – Performance does not meet some contractual requirements. The contractual performance of the element or sub element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor’s proposed actions appear only marginally effective or were not fully implemented. Unsatisfactory (Red) – Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub element contains serious problem(s) for which the contractor’s corrective actions appear or were ineffective. The evaluation procedures to be used in this assessment, which include coordination with the contractor, are detailed in AFARS 5142.1503. GENERAL SAFETY AND OCCUPATIONAL HEALTH GUIDANCE: a. The Army has an overall goal of ensuring that contracted work is performed using procedures and risk controls that ensure workers, the public and the environment are not endangered. 14 b. Contractors must comply with applicable Federal, State, and local codes and standards, including Safety and Occupational Health (SOH) requirements, as well as any additional specific requirements invoked by the contract. These requirements are listed in, but not limited to: (1) DoD Instruction 6055.1, "DoD Occupational Safety and Health Program," (2) Army Regulation 385–10, "The Army Safety Program," (3) Department of the Army Pamphlet 385–10, "Army Safety Program," (4) Occupational Safety and Health Administration, General Industry Standards, CFR 1910, (5) Occupational Safety and Health Administration, Construction Standards, CFR 1926, (6) U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385–1–1, (7) Local Installation Safety and Health Regulations. c. Army contractors will be required to have a Safety and Occupational Health Program implemented that is tailored to meet the safety requirements of each contract and the associated tasks and products of that contract. This program will be documented in the contractor’s safety plan. d. Contract activities will be conducted in a safe and healthful manner that minimizes accidents as well as impacts on Army operations and members of the public. e. Contractors are responsible for the safety and health of their employees and protection of the public at contractor plants and work sites. AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: http://www.amc.army.mil/Connect/Legal-Resources/ 15 If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures. The Following are Local Requirements specific to Pine Bluff Arsenal (PBA) NON-RELEASE OF CONTRACT INFORMATION (MAR 2000) 1. Any proprietary, confidential commercial, trade secret or similar type of information in the contract resulting from this solicitation may not be released to anyone outside the Government. 2. Do not release proprietary, confidential commercial, trade secret or similar type of information from this contract to anyone inside the Government that does not have a legitimate need to know the information. 3. If in doubt about what information in the contract may be released, contact the Contracting Officer. 4. Criminal penalties are provided by 18 U.S.C. for the improper release of proprietary and/or confidential commercial information. (End) Inspection and Acceptance (PBA) (AUG 90) Inspection and acceptance will be at destination, unless otherwise provided herein. Until delivery and acceptance, and after any rejections, risk of loss will be on the contractor, unless loss results from negligence of the United States Government.


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >