SOLICITATION NOTICE
38 -- RAMP PLOW
- Notice Date
- 2/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- MICC - Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- 0010644021
- Response Due
- 2/17/2015
- Archive Date
- 4/12/2015
- Point of Contact
- Moses Faciane, 315-772-6969
- E-Mail Address
-
MICC - Fort Drum
(moses.f.faciane.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. Quotes shall reference solicitation number 0010644021. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Fort Drum intends to award a firm-fixed-price contract for Ramp Plows (See Description and Quantity below). This requirement is set-aside for 100% small business. The North American Industry Classification System (NAICS) code for this acquisition is 333120, and the small business size standard is 750 employees. The contractor shall enter the total amount in the area provided for each CLIN. Item #: 0001 Description: Wausau, Model: RP-30, Heavy Duty Ramp Plow, Brand Name or Equal. It shall have the following salient characteristics: approximate 30 foot length; 10 gauge moldboard; approximate inch thick end plates with carbide skid shoes, carbide cutting edges; able to mount on Hyundai HL 770-9A wheel loader via JRB Quick Coupling MDL#420 Series, Ser#1008AKR6687 C/N 90A2670, OEM AKR24336; maintenance, parts and service manuals included; minimum 18 month warranty starting on date of acceptance; color: Yellow. **If providing an equal, the seller MUST provide detailed specifications of the product quoted at time of Quote submission** Qty: 2 ea Unit Price: Ext Price: The following FAR and DFARS provisions and clauses are hereby incorporated into this solicitation(DFARS 252.209-7992 is to be completed and submitted with quote): 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.232-37, Multiple Payment Arrangements; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-29, F.O.B. Origin; 52.252-2, Clauses Incorporated By Reference; 252.211-7003 Alt I, Item Identification and Valuation ALT I; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 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: PRICE. 252.209-7992 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-000005) (DEC 2014) (a) In accordance with sections 7 44 and 7 45 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) The following AFARS clauses are applicable to this acquisition 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (NOV 2008) 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 Government Accountability 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 33.10. 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 Material 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 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: 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. To be eligible for an award, contractor must be registered in the System for Award Management (SAM). A contractor can register in SAM by going to its website at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Moses Faciane, Contract Specialist, via email moses.f.faciane.civ@army.mil. All questions or inquiries must be submitted in writing no later than 2:00 p.m. Eastern Time on 16 February 2015. No phone calls will be accepted. Any amendment to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 03:00 p.m. Eastern Time on 17 February 2015. Quotes may be e-mailed to moses.f.faciane.civ@mail.mil. An official authorized to bind your company shall sign the quote. All quotes shall reference and acknowledge all amendments posted to this solicitation, if applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cf9a4c8db08d41b8718563bb78851504)
- Place of Performance
- Address: MICC - Fort Drum 31 Quartermaster Road Fort Drum NY
- Zip Code: 13602-5220
- Zip Code: 13602-5220
- Record
- SN03639889-W 20150213/150211234707-cf9a4c8db08d41b8718563bb78851504 (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 |