SOLICITATION NOTICE
39 -- Motorized Hand Reach Stacker - RFQ 15Q0104
- Notice Date
- 4/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
- ZIP Code
- 28542
- Solicitation Number
- H92257-15-Q-0104
- Archive Date
- 5/9/2015
- Point of Contact
- Porfirio P. Aragon, Phone: 9104400176
- E-Mail Address
-
porfirio.aragon@socom.mil
(porfirio.aragon@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Combined Synopsis/Solicitation (Motorized Hand Reach Stacker) 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. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation # H92257-15-Q-0104 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-73, Effective March 29, 2015. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 333924. The Standard Industrial Classification Code (SIC) for this order is 8299. The small business size standard is 750 Employees. The Federal Supply Classification (FSC) for this order is 3930. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This contract will be based on Lowest Price Technically Acceptable (LPTA) to the awardee that is deemed most advantageous to the Government. Contract Financing will NOT be provided for this acquisition. This will be a Brand Name or Equal to requirement. CLIN 0001 - Motorized Hand Reach Stacker Manufacture: Yale Part #: MRW030-E Minimum specifications (not all inclusive): Capacity: 3,000 Lbs. Power type: Electric Operator Type: Pedestrian Lift Height: 123 in. Standard Free Lift: 6.5 in. Fork Spread: 30 in. Tilt of Mast: Backward - 4 degrees / Forward - 3 degrees Length of Forks: 55 in. Turning Radius, Minimum Outside: 74 in. Voltage: 24 Volt Travel Speed: 2.9 mph w/ load, 3.5 mph w/o load Gradeability: 10 degrees Include warranty terms and conditions Delivery: 30 Days ARO. Delivery shall be made to zip code 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-3 Offereor Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.246-2 Inspection of Supplies - - Fixed Price FAR 52.246-4 Inspection of Services - - Fixed Price FAR 52.247-34 F.o.b. - - Destination FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7000 Disclosure of Information (DEC 1991) DFARS 252.204-7004 Alernate A, System for Award Management (FEB 2014) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (JUN 2005) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007) SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007) SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007) SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Priced, Technically Acceptable (LPTA) and most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical ability (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 a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, 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. Vendors are required to register or update their registration on the System for Award Management website at https://www.sam.gov/portal/public/SAM/. This registration is required to receive contract award and will facilitate payment. The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes are submitted *** Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact SSgt Porfirio Aragon at 910-440-0176 or Email: porfirio.aragon@socom.mil. Questions will be accepted via email attn.: SSgt Porfirio Aragon at porfirio.aragon@socom.mil only. All questions are due by Friday, 17 April 2015 at 12:00 (PM) EST. Late submissions will not be considered. Answers to questions received will be posted via amendment to this solicitation no later than 20 April 2015. Quotes will be accepted via email Attn: SSgt Porfy Aragon at porfirio.aragon@socom.mil only. All quotes are due by Friday, 24 April 2015 at 4:00 (PM) EST. Late submissions will not be considered. The burden of insuring the Contractor's quotes are received by this office, within the stated timeframe, is the responsibility of Contractor. All transmissions must clearly state the solicitation number and the name of the contracting specialist on the first page to ensure proper receipt. For email quotes, the Government office designated for receipt of the quote is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(c) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government's control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Quoters are specifically warned that email may be subjected to spam filters or attachment stripping. Attention is directed to FAR 52.212-1(c), concerning late submissions. Quoters are responsible for allowing adequate time for transmission to be completed. The quoter bears the risk of non-receipt of transmissions, and should ensure that all pages of the quote (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the quote received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-15-Q-0104/listing.html)
- Record
- SN03697051-W 20150414/150412233202-89abf5c8250f13fbdd9c4d33dd45278f (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 |