Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2008 FBO #2455
DOCUMENT

23 -- OTTAWA 4 X 2 OFF ROAD SPOTTER TRUCKS OR EQUAL - ATTACHMENT 1 - SPECIFICATIONS

Notice Date
8/14/2008
 
Notice Type
ATTACHMENT 1 - SPECIFICATIONS
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-08-Q-0094
 
Archive Date
9/30/2008
 
Point of Contact
Julie A Metzger,, Phone: 717 770-6243
 
E-Mail Address
julie.metzger@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement to purchase 10 Ottawa 4 X 2 Off Road Spotter Trucks or Equal for various Defense Logistic Agency Depots. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3100-08-Q-0094. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 June 2008 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080812 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2008-40. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% set-aside for small Business concerns. The NAICS code applicable to this acquisition is 333924 and the small business size standard is 750 employees. CONTRACTOR SHALL PROVIDE OTTAWA 4 X 2 OFF ROAD SPOTTER TRUCKS OR EQUAL TO INCLUDE STANDARD MANUFACTURES WARRANTY COMPLETE AND IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS (SEE ATTACHMENT 1). QUANTITIES AND SHIP TO ADDRESSES FOLLOW: CLIN 0001:4 EACH @ $_______________ EACH = $_______________ TOTAL SHIP TO:DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA (DDSP) BLDG 203 DOOR 12, DDSP-UAS 5450 CARLISLE PIKE MECHANICSBURG, PA 17055-0789 CLIN 0002:1 EACH @ $_______________ EACH = $_______________ TOTAL SHIP TO:DEFENSE DISTRIBUTION DEPOT ALBANY (DDAG) BLDG 1221 BAY 5 REG SUP OFF ALBANY, GA 31704-5000 CLIN 0003:1 EACH @ $_______________ EACH = $_______________ TOTAL SHIP TO:DEFENSE DISTRIBUTION DEPOT HILL (DDHU) BLDG 849, CENTRAL RECEIVING ATTN: C. RUSSELL 7513 5TH ST HILL AFB OGDEN, UT 84056-5702 CLIN 0004:1 EACH @ $_______________ EACH = $_______________ TOTAL SHIP TO:DEFENSE DISTRIBUTION DEPOT RED RIVER (DDRT) BOSS REC OFFICER BLDG 499E. LINE 7/8 TEXARKANA, TX 75507-5000 CLIN 0005:3 EACH @ $_______________ EACH = $_______________ TOTAL SHIP TO:DEFENSE DISTRIBUTION DEPOT KUWAIT (DDKS) SEE BELOW SHIPPING INSTRUCTIONS TO DDKS SHIPPING INSTRUCTIONS FOR DDKS LARGER SHIPMENTS: Freight address for shipments over 70 pounds or 130 inches combined length and girth is: CONSOL AND CONTAINERIZATION POINT DDSP BLDG 2001 CCP DOOR 135 THRU 168 MARK FOR SB3115 NEW CUMBERLAND PA 17070-5001 Phone number to schedule DDSP CCP deliveries (717) 770-6969. The outside packaging must include the Transportation Control Number (TCN), contract number and a copy of this order. TRUCKLOAD SHIPMENTS: If a shipment exceeds any of these dimensions: 85" high, 85" wide or 228" long or is likely to fill more than half of a 40 foot Seavan, the shipment may be routed directly to a freight forwarder rather than the Consolidation and Containerization Point. Call the Point of Contact on this order for further information. Without proper markings shipments and payments will be delayed and may be lost. FOR EQUIPMENT SHIPPING TO DDKS, CONTRACTOR WILL ONLY BE RESPONSIBLE FOR SHIPPING EQUIPMENT TO ABOVE ADDRESS AT NEW CUMBERLAND, PA, THE GOVERNMENT WILL TRANSSHIP EQUIPMENT TO DDKS. END OF SHIPPING INSTRUCTION TO DDKS NOTE: Delivery point is FOB DESTINATION to each above ship to points. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. FAR 52.211-6 - BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers. The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the lowest price technically acceptable offeror whose quote represents the total overall lowest price for all CLINS. Therefore to be considered for award offerors are required to submit descriptive literature that clearly indicates the products offered meets the minimum requirements/salient characteristics in accordance with attachment 1. This information will be used to determine technical acceptability. Technical information shall be evaluated on a go/no go basis and will not be rated. Any offeror who has been determined acceptable (go) on their technical information will then have its quote evaluated for price. FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Elibible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Third Party FAR 52.232-36 Payment by Electronic Funds Transfer – Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7591 or e-mail to Julie.Metzger@dla.mil. All quotes must be received by SEPTEMBER 3, 2008 AT 3:30 PM EST to be considered for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6da6aae1b350b0b2f6a7a0319bc394e7&tab=core&_cview=1)
 
Document(s)
ATTACHMENT 1 - SPECIFICATIONS
 
File Name: ATTACHMENT 1 - SPECIFICATIONS (Specifications.doc)
Link: https://www.fbo.gov//utils/view?id=da13df084805dd64f2f1005a549f8084
Bytes: 25.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VARIOUS SHIP TO ADDRESSES - SEE SOLICITATION FOR SHIPPING ADDRESSES, United States
 
Record
SN01640943-W 20080816/080814224325-6da6aae1b350b0b2f6a7a0319bc394e7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.