Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2013 FBO #4067
SOLICITATION NOTICE

61 -- 80 Volt Batteries

Notice Date
1/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W25G1Q234620BG
 
Response Due
1/17/2013
 
Archive Date
3/11/2013
 
Point of Contact
James Artis, 7172678919
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(james.p.artis.civ@mail.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. This is a procurement for Douglas battery model number is 40-125-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 335911. The Standard Industrial Classification (SIC) is 3691. The Size Standard is 500 employees. All responsible Contractors shall provide a quotation for the following: ITEM 0001 Battery, AMP HR: 500 Volt 80 Qty of three (3) Douglas, part number 40-125-09 or equal. Serial 090007038, Length 40.5 quote mark, Width 28 quote mark Height 30.75 quote mark, A Positive, B Negative, 80 Volt 320A, no cover, and with a five (5) warranty & manuals. The battery will be used in (1) 4,000lb Yale Forklift Model number ERP040DHE80TE077 Serial number D216A02084C, (1) 6,000lb Yale Forklift Model number ERP060DHE80TV087 Serial number E216A01958E, and (1) 4,000lb Yale Forklift Model number ERP040DHE80TV087 Serial number E216A01938E. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. DFAS is the preferred method of payment. The WAWF Instructions are included in local clause 252.232-7006, below. Potential contractors must be registred in the System for Award Management (SAM) to be eligible for award. The CCR internet web site is https://www.sam.gov/. Quotations are due January 17, 2013 at 10:00 AM Eastern Standard Time. The quotation will be evaluated on price only. Questions must be submitted before January 14, 2013 to ensure they are considered. Submit quotation via email to james.p.artis.civ@mail.mil or fax to (717) 267-9834 (Attn: James Artis). The following provision will be included in the established agreement: Offerors must complete FAR 52.212-3 Alt I Offerors Representation and Certifications Commercial items or complete on-line at http://orca.bpn.gov. 52.204-7, Central Contractor Registration (Dec 2012); 52.211-6, Brand name or Equal (Aug 1999); 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012); 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012); 52.212-5, (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (Nov 2012); 52.219-28, Post-Award Small Business Program Representations (Apr 2012); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-22, Previous Contracts And Compliance Reports (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2010); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 1996); 52.247-34, F.o.b. Destination (Nov 1991); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.204-7003, Control Of Government Personnel Work Product (Apr 1992); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7010, Levies on Contract Payment (Dec 2006); 252.243-7001, Price Of Contract Modifications (Dec 1991); 252.247-7023, Transportation of Supply by Sea (May 2002); 52.252-1, Solicitation Provision Incorporated by Reference(Feb 1998); 52.252-2, Clause Incorporated By Reference (Feb 1998) 52.252-5, Authorized Deviation In Provisions (Apr 1984) 52.252-6, Authorized Deviation In Clause (Apr 1984) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999): (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: Lowest Price Technically Acceptable. The Government intends to evaluate and award a contract without discussions with offers: (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 Technical acceptability shall be determined on the ability to meet requirements on CLIN 0001. If the Contractor is proposing an equal item, clearly identify the item by manufacturer and model number, include sufficient descriptive literature and specifications to show the item meet all requirements on CLIN 0001. L2. 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 the General Accounting Office (GAO), 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 resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: HQ, Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 FAX # (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1)Document type. The Contractor shall use the following document type(s). Supplies - The contractor is encouraged to use the Combination Invoice and Receiving Report (COMBO) for submitting invoices for supplies. This eliminates the need to separately process a receiving report and invoice. ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. The vendor is required to fill this field when submitting their documentation. Information required is quote mark Source quote mark, quote mark Destination quote mark or quote mark not applicable quote mark. ----------------------------------------------------------------------- (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Contract#: CAGE Code: Pay Official DoDAAC: Issue By DoDAAC: Admin DoDAAC: Service Acceptor (DoDAAC): ----------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. ----------------------------------------------------------------------- (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ----------------------------------------------------------------------- (N/A) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) L21 PACKING SLIPS All deliveries shall include a packing list that references the contract/order number. This applies to packing slips from 3rd party/drop ship vendors. Failure to include the contract/ order number in the packing list will result in payment delays and the possibility of rejected deliveries.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5606fd61e66c8396264e0ee727bc73be)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02963102-W 20130112/130110234415-5606fd61e66c8396264e0ee727bc73be (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.