Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
MODIFICATION

38 -- SNOW REMOVAL EQUIPMENT - SANDER

Notice Date
8/9/2012
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-12-T-0030
 
Response Due
8/30/2012
 
Archive Date
10/29/2012
 
Point of Contact
Kerry Williams, 508-968-4978
 
E-Mail Address
102 IW/MSC
(kerry.williams@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number assigned to this announcement is W912SV-12-T-0030. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 102d Intelligence Wing, Contracting Office, 156 Reilly Street - Box 8, Otis Air National Guard Base, Massachusetts 02542-1330. This solicitation is issued as 100% small business set aside; the associated North American Industry Classification System (NAICS) code is 333120 and small business size standard is 750 Employees. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-60 effective 26 July 2012 and DFARS Publication Notice 20120724 effective 14 July 2012. SPECIFICATIONS: The 102 Intelligence Wing has a requirement to procure all equipment, materials, and installation necessary for CLIN 0001: Quantity of two (2) Sanders to include installation on a two (2) Government Owned Vehicles (GOV). Sanders must be compatible with each GOV and be fully operational when installation is complete. ESSENTIAL SALIENT FEATURES: A) Spreader, Sand, Truck Mount; B) Holds 7 yards of sand; C) Stainless Steel Hopper, Hydraulic Powered; D) With lights on side and rear of sander, hazards, markers light kit, brakes and directional lights; E) Remote Controls to operate from cab of truck; F) Top of Sander must have Screen to prevent hazards material from getting into hopper G) Hydraulic Drive and Pump or PTO adapters for the following vehicle: 2011 International Workstar; MFG: Navistar, Inc.; Model: 7400 SFA 6x4; W.B.: 520; Engine MAXX-FORCE DT 300H; Transmission: ALLISON 3000-RDSS-SP W/PTO Less Retarder. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and will be made on the basis of lowest price, technically acceptable. The required Essential Salient Features listed in CLIN 0001 will be the criteria used to conduct a technical evaluation for all submitted offers. GEOGRAPHICAL RESTRICTION: Area of consideration for award is limited to a 150 mile radius of the 102 Intelligence Wing located at Massachusetts Military Reservation (MMR) on Cape Cod, MA. This geographical restriction is due to transportation requirements of GOVs for installation purposes. SITE VISIT: A site visit will be conducted on Thursday, 16 August 2012 at 9:00 a.m. (EST). Please complete the Base Access Application (attached) for the individuals who will be attending. Send the application to Mr. Alan Johnson (alan.johnson.1@ang.af.mil) in word format NO LATER THAN Tuesday, 14 August 2012 at 2:00 p.m. (EST). Please limit site visit attendees to not more than two (2) personnel per interested party. Driving instructions to the site visit location will be provided via email to those who submit an Application as stated above. Please ensure you give yourself at least 15 minutes to gain access to the Massachusetts Military Reservation (MMR). Information provided at this site visit as well as answers to questions shall not change/qualify the terms and conditions of the solicitation. Terms remain unchanged unless the solicitation is amended in writing. If an amendment, normal procedures relating to the acknowledgement and receipt of solicitation amendments shall apply. QUESTIONS AND ANSWERS: No questions will be answered at the site visit. All questions must be submitted in writing. Email all questions to kerry.williams@ang.af.mil. DO NOT contact any other government employees/personnel as this will only delay receipt of answers. Questions must be received NLT 3 workdays prior to closing to obtain accurate and complete answers. All questions and answers will be provided as an attachment to this solicitation. PHOTOGRAPHY: Pictures of the vehicles for planning purposes will be authorized during this site visit. Other photography will not be authorized. INSURANCE INFORMATION REQUIRED: Offerors must provide a copy of current Certificate of Insurance with their proposals. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code or to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov. Vendor must not be debarred, suspended, proposed for debarment, excluded or disqualified under the non-procurement common rule, or otherwise declared ineligible from receiving Federal contracts, certain subcontracts, and certain Federal assistance and benefits. The Government will perform a check on the Excluded Parties List Systems (EPLS) at https://www.epls.gov/epls/search.do. All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full force in any resultant contract. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. 1)FAR 52.204-7 Central Contractor Registration 2)FAR 52.212-1 - Instructions to Offerors--Commercial Items 3)FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (FULL TEXT) 4)FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (FULL TEXT) 5)FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FULL TEXT). The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a)FAR 52.219-6 - Notice of Total Small Business Set-Aside b)FAR 52.219-28 - Post Award Small Business Program Representation c)FAR 52.222-3 - Convict Labor d)FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies e)FAR 52.222-21 - Prohibition of Segregated Facilities f)FAR 52.222-26 - Equal Opportunity g)FAR 52.222-36 - Affirmative Action for Workers with Disabilities h)FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving i)FAR 52.225-1 - Buy American Act - Supplies j)FAR 52.225-3 ALT I - Buy American Act--Free Trade Agreements--Israeli Trade Act k)FAR 52.222-50 - Combating Trafficking in Persons l)FAR 52.225-13 - Restrictions on Certain Foreign Purchases m)FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration 6)FAR 52.214-31 - Facsimile Bids (FULL TEXT) 7)FAR 52.214-34 - Submission Of Offers In The English Language 8)FAR 52.214-35 - Submission Of Offers In U.S. Currency 9)FAR 52.219-1 - Small Business Program Representations (FULL TEXT) 10)FAR 52.222-22 - Previous Contracts And Compliance Reports 11)FAR 52.232-8 - Discounts for Prompt Payment 12)FAR 52.232-23 - Assignment of Claims 13)FAR 52.233-1 - Disputes 14)FAR 52.233-4 - Applicable Law for Breach of Contract Claim 15)FAR 52.243-1 - Changes--Fixed Price 16)FAR 52.246-1 - Contractor Inspection Requirements 17)FAR 52.249-1 - Termination For Convenience Of The Government (Fixed Price) (Short Form) 18)FAR 52.252-1 - Solicitation Provisions Incorporated By Reference (FULL TEXT) 19)FAR 52.252-2 - Clauses Incorporated by Reference (FULL TEXT) 20)DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials 21)DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 22)DFARS 252.204-7003 - Control Of Government Personnel Work Product 23)DFARS 252.204-7004 - Central Contractor Registration, Alternate A 24)DFARS 252.204-7006 - Billing Instructions 25)DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FULL TEXT). The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: a)DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials b)DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports c)DFARS 252.247-7023 ALT III - Transportation of Supplies by Sea - Alternate III 26)DFARS 252.225-7031 - Secondary Arab Boycott Of Israel 27)DFARS 252.232-7010 - Levies on Contract Payments 28)DFARS 252.243-7001 - Pricing Of Contract Modification The request for quote is due NLT 3:00 PM EST on 24 AUG 2012. Quotes must be e-mailed to kerry.williams@ang.af.mil or faxed to 508-968-4979. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and are submitted no later than the date and time specified. All questions must be submitted in writing to kerry.williams@ang.af.mil. Quotes must include unit cost, total cost, and total for CLIN 0001 with applicable warranty information and technical specification for product offered. Offeror must provide Company name, Address, Phone number, Fax number, Email address, Cage Code, Business size, Payment Terms, DUNS Number, and Federal Tax ID. Failure to provide all requested information per this announcement may cause your offer to be considered non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-12-T-0030/listing.html)
 
Place of Performance
Address: 102 IW/MSC 158 Reilly Street, Box 8 Otis ANG Base MA
Zip Code: 02542-1330
 
Record
SN02833692-W 20120811/120810001659-5e9ff3290d5dff2f4ca975b79915a0df (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.