Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2009 FBO #2896
SOLICITATION NOTICE

56 -- Compressed Soil/Earth Block Machine

Notice Date
10/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423810 — Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-10-T-0006
 
Response Due
11/12/2009
 
Archive Date
1/11/2010
 
Point of Contact
Malisa Tubtim, 5804428891
 
E-Mail Address
Fort Sill DOC
(malisa.tubtim@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASS CODE: 5680 OFFICE ADDRESS: Mission and Installation Contracting Command Directorate of Contracting 1803 Macomb Road Fort Sill, OK 73503-9011 Combination Synopsis Solicitation SOL #: W9124L-10-T-0006 Response Date: 12 November 2009 by 4:00 p.m. CST This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This Solicitation W9124L-10-T-0006 is a Request for Quote (RFQ) for a Compressed Soil/Earth Block Machine, in accordance with the Governments requirement below. Per FAR 52.212-1(b) (4) please include a technical description of the items being offered. Therefore, quotes that are received shall have all detailed technical descriptions enclosed with their quote. Offers that do not include detailed specifications/descriptions will not be considered. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 11 August 2009. The North American Industrial Classification System (NAICS) number is 423810 and the business size standard is 100 employees. This proposed acquisition is reserved for 100% Small Business. All prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html Payment will be made by government purchase card (visa). The government will not and cannot make payment through PayPal. The following shall be delivered to Directorate of Plans, Training and Mobil, ATTN: George Ponder, Range Division, BLDG 2583 Currie Road, Fort Sill, Oklahoma 73503-5100. Please provide quote in spaces provided below: Description: CLIN 0001 - (1) Compressed Soil Block Machine; Unit Price $_______ x _______ Each = Extended Price $_______. -The bricks will be used on range and shall be able to take a bullet hit of 7.62 rounds. -The machine shall be capable of producing up to 480 to 500 blocks per hour. -The block chambers and block exit surfaces shall be constructed of AR400 grade or greater steel or equal -The machine shall be capable of producing two sizes of blocks (14 long x 10 wide or 14 long x 7 wide) -The machine shall have the ability to adjust the block thickness from a minmum of 2.0 or greater. -The machine shall have the capability to replace the breech wear plates. -The machine shall have the capability to replace the tray wear plates. -The machine shall be equipped with a 48 horsepower or greater engine. -The machine shall be equipped with a pintle hook hitch placed at Humvee height. -The operating engine shall be equipped with safety shut downs over heat and oil pressure. -The machine shall be equipped with hydraulic brakes (surge) with auto reverse. -The machine shall be equipped with a mechanical parking brake. -The machine shall be equipped with either Goodyear Wrangler MT Military.OZ Load Range D 37x12.50R16.5 M+S run flat tires OR all steel side wall Bridgestone Radial Duravis R250 Load Range E 215/85/R16 tires or equal and a spare. -The machine shall be equipped with a housed solid state industrial type controller to properly run the machine. -The machine shall be equipped with a beta rated oil filtration system. CLIN 0002 - (1) Spare Parts Package; Unit Price $_______ x _______ Each = Extended Price $_______. This is essentially a spare parts package that contains expendables specifically for the machine such as oil, air, fuel, and hydraulic filters. It also contains replacement hydraulic hoses, bearings, valves, etc. This spare parts package should take care of all the parts the unit would normally require for two (2) years of standard operation. CLIN 0003 - (1) Portable Block Press Machine or Equal; Unit Price $_______ x _______ Each = Extended Price $_______. This small unit will allow the operator or end user to test and analyze soils from varying locations at the production site as to the ability of a particular soil to produce a suitable soil block prior to mobilizing the compressed soil block machine and work crew. CLIN 0004 - (1) Ten Foot Gravity Conveyor with Stand or Equal; Unit Price $_______ x _______ Each = Extended Price $_______. The addition of this conveyor would give the end user a total of twenty (20) feet worth of conveyors to work with. CLIN 0005 - (1) Conveyor Stand; Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 0006 - (1) Block Cutter; Unit Price $_______ x _______ Each = Extended Price $_______. Block cutter. This unit accurately cuts the compressed soil blocks to desired lengths in order to create uniform walls and structures. CLIN 0007 - (1) On site Training or Equal; Unit Price $_______ x _______ Each = Extended Price $_______. Two (2) days of on-site training for 8- 10 individuals. Training shall be conducted onsite at the Fort Sill, OK Range. Completion Date: Requested completion date is 30 days After Dated Contract (ADC) award. Quote should reflect FOB: Destination All Proposals shall be clearly marked with RFQ number W9124L-10-T-0006 and emailed to the POCs listed below or faxed to 580-442-3819, no later than 4:00 PM, CST, 12 November 2009. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Malisa Tubtim, Phone: 580-442-8891, E-mail: malisa.tubtim@conus.army.mil or Karen Warner, Phone: 580-442-3904, Fax: 580-442-8014, E-mail: karen.l.warner@us.army.mil if you have any questions/concerns. The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil http://farsite.hill.af.mil/. FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractors Registration, FAR 52.212-4 Contract Terms and ConditionsCommercial Items, FAR 52.247-34 F.O.B. Destination, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 ALT A Required Central Contractors Registration, DFARS 252.209-7004 Sub with Firms that are Owned or Controlled by the Gov of a Terrorist Country, DFARS 252.211-7003 ALT 1 Item Identification and Valuation, DFARS 252.232-7003 Electronic Submission of Payment Requests (WAWF), DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-36, 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 52.203-3, 252.203-7000, 252.205-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023. The following provisions are incorporated by reference: FAR 52.212-1 Instructions to OfferorsCommercial Items, FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation, DFARS 252.209-7001 Disclosure of Ownership or Control by the Gov of a Terrorist Country, DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, FAR 52.211-6 Brand Name or Equal. The following provisions are incorporated by full text: 52.212-3 Offeror Representations and CertificationsCommercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or pursuant to FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. AMC AGENCY LEVEL PROTEST PROCEDURES 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 the 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. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. The protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. PAYMENTS In accordance with FAR Clause 52.232-36 Payment by Third Party, incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments for supplies provided under this contract through the Government Purchase Card System. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of supplies by the Government. Payment may be suspended due to non-conforming supplies. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes/proposals/bids will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD 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 offers 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c91c52c829603eee6278887c4e329177)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN01993190-W 20091029/091027235349-c91c52c829603eee6278887c4e329177 (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.