MODIFICATION
38 -- Articulating Boom Lift
- Notice Date
- 9/19/2014
- Notice Type
- Modification/Amendment
- NAICS
- 423810
— Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, National Guard Bureau, 182 AW/LGC, BASE CONTRACTING OFFICE, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498
- ZIP Code
- 61607-1498
- Solicitation Number
- W91SMC-14-T-0009
- Archive Date
- 10/10/2014
- Point of Contact
- Benjamin B. Yeutson, Phone: 3096335707, Melissa J Grice, Phone: 309-633-5204
- E-Mail Address
-
benjamin.yeutson@ang.af.mil, melissa.grice@ang.af.mil
(benjamin.yeutson@ang.af.mil, melissa.grice@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i)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, quotations are being requested and written solicitation will not be issued. (ii) This solicitation is issued under Request for Quotation (RFQ) number W91SMC-14-T-0009 for implementation of a Purchase Order as defined in FAR Part 13.303-1(a). (iii) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 05-76 dated 25 August 2014. (iv) This acquisition is total small business set-aside. The Government intends to issue a single award to one offeror. The North American Industry Classification system code (NAICS) 423810 size standard of 500 employees. (v) The purpose of this combined synopsis is for the purchase of an Articulating Boom Lift for the 182nd Airlift Wing, Peoria, IL. (vi) Commercial Item Description of the requirements for the items to be acquired: CLIN 0001 - Articulating Boom Lift, will be accompanied by supporting documentation to include 1 hard copy and 1 digital copy on CD of the Instruction, Operation and Maintenance Manual and one digital copy of Commercial Literature.Model: JLG 800AJ or equal, Acceptable equal must be Four Wheel Drive, Diesel, must include fall arrest platform that meets or exceeds applicable OSHA Regulations in 1926.502, CAL/OSHA article 6, appendix C and ANSI A92.5-1992, and CSA B354.4-M82 and platform allows for full 270 degree movement on platform by person within a radius of six feet and fall arrest should allow workers to move outside of the basket to access an aircraft's exterior while still having fall protection in compliance with OSHA requirements. Lower rail of platform must be padded, as well as a suspended padded rail with machine function deactivation capability. Quantity : 1. Unit of Issue: Each. (vii) Delivery within 60 days after award. Place of Performance: 182 Airlift Wing, Peoria, IL. (viii) FAR 52.212-1 Instructions to Offerors, Commercial will apply to this solicitation. (ix) The Government will award a firm-fixed priced purchase order resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be lowest price technically acceptable to the Government. (x) The vendor submittal requirements are as follows: FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items; (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). (xi) 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by full text and applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions - Commercial Items, applies to this acquisition and the additional FAR clauses are cited within and are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222.50, Combating Trafficking of Persons; FAR 52.223-15, Energy Efficiency in Energy Consuming Products; 52.223-18 Encouraging Contractor Policies to Ban Texting While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim. (xiii) Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: FAR 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52. 247-29, F.O.B. Origin; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7004 Alternate A System for Award Management Alternate A; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; and 252.247-7023, Transportation of Supplies by Sea. The following additional clauses and provisions are added in full text: FAR 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7011 Alternative Line Item Structure; and 252.225-7000 Buy American Act and Balance of Payments Program Certificate;. (xiv) The DPAS is not applicable to this acquisition. Sign and date your offer, then submit to the email address listed in this solicitation. (xv) All quotes shall reference the RFQ number and shall be submitted in writing by 12:00 P.M. central standard time on 25 September 2014. (xvi) The anticipated award date is 26 September 2014. For information regarding this solicitation contact MSgt Benjamin B. Yeutson at benjamin.yeutson@ang.af.mil or SMSgt Melissa Grice at Melissa.grice@ang.af.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to http://www.fbo.gov. They will be contained in a document titled 'Questions and Answers'. Offerors are requested to submit questions to the email address noted above no later than 10:00 A.M. central standard time on 22 September 2014. Terms of the solicitation remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (http://www.sam.gov) and that submit invoices electronically through Wide Area Workflow.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-14-T-0009/listing.html)
- Place of Performance
- Address: 2416 S. Falcon Blvd, Peoria, Illinois, 61607, United States
- Zip Code: 61607
- Zip Code: 61607
- Record
- SN03519660-W 20140921/140919234923-6050e930415d9f3cc05592de35a6b136 (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 |