Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2015 FBO #4942
SOLICITATION NOTICE

34 -- POWER LEAF BRAKE, BOX AND PAN

Notice Date
6/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
MICC - Fort Sill, Directorate of Contracting, 1803 NW Macomb Road, Fort Sill, OK 73503
 
ZIP Code
73503
 
Solicitation Number
W9124L-15-T-0032
 
Response Due
6/10/2015
 
Archive Date
8/2/2015
 
Point of Contact
Japhet Alvarez, 580-442-0059
 
E-Mail Address
MICC - Fort Sill
(j.alvarezrodriguez@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASS CODE: 3443 OFFICE ADDRESS: Mission and Installation Contracting Command Enterprise Installation Operations Directorate of Contracting 2418 NW Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation SOL #: W9124L-15-T-0032 Response Date: 10 June, 2015, 4:00 p.m. CST. 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; proposals are being requested and a written solicitation will not be issued. This Solicitation W9124L-15-T-0032 is a Request for Quote (RFQ) for Power Leaf Brake (Box and Pan), in accordance with the Government's requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72, Effective 30 Jan 2014.. The North American Industrial Classification System (NAICS) number is 333517 and the business size standard is 500 Employees. This proposed acquisition is reserved for 100% Small Business. All prospective offerors must be actively registered in System for Award Management (SAM) Offerors may register online at https://www.sam.gov/portal/SAM/#1 Payment will be made via Wide Area Workflow (WAWF). The following shall be delivered to Fort Sill, Oklahoma 73503. Please provide quote in spaces provided below: CLIN 0001 - POWER LEAF BRAKE, BOX AND PAN - QTY, 1 - Unit of issue, Each Description: Item must have as a minimum the following specifications; Bending length 120 inches, Capacity (mild steel) 1/4 inches, Clamp stroke length 2 1/4 inches, Box depth 8 inches. unit price $____________ x $___ Each = extended price $___________. Completion Date: Requested completion date is 15 June 2015. Quote should reflect FOB: Destination Proposals shall be submitted with specifications of the material that you will be providing. All Proposals shall be clearly marked with RFQ number W9124L-15-T-0032 and emailed to the POC's listed below or faxed to 580-442-8014, no later than 4:00 PM, CST, 29 May 2015. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Japhet Alvarez, Phone: 580-442-0059, email: japhet.alvarezrodriguez.mil@mail.mil or William Boyer, Phone: 580-442-3604, email: william.e.boyer@us.army.mil if you have any questions/concerns. The following provision applies to this acquisition: Federal Acquisition Regulation (FAR) 52.204-7, System for Award Management, 52.209-5, Certification Regarding Responsibility Matters, 52.212-1, Instruction to Offerors-Commercial items, 252.203-7005, Representation Relating to Compensation of Former DoD Officials, 252.204-7011, Alternative Line Item Structure. The following provisions are incorporated by full text: 52.212-2 Evaluation Commercial Items, 52.212-3, Offeror Representation and Certifications, 52.233-2, Service of Protest, 52.252-1 Solicitation Provisions IBR, 252.209-7993 Representation by Corporation Regarding an Unpaid Delinquent Tax Liability. The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. FAR 52.202-1 Definitions, FAR 52.203-6 ALT I Restrictions on Subcontractor Sales To The Government, FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-13, System for Award Management Maintenance, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.232-39, Unenforceability of Unauthorized Obligations, FAR 52.233-1 Disputes, FAR 52.247-34 F.O.B Destination, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, DFARS 252.209-7004, Sub with Firms that are Owned or Controlled by the Gov of a Terrorist Country, DFARS 252.211-7003, Item Identification and Valuation, DFARS 252.223-7008, Prohibition of Hexavalent Chromium, DFARS 252.225-7001, Buy American and Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.232-7010, Levies on Contract Payments, DFARS 252.243-7001, Pricing of contract modifications, DFARS 252.243-7002, Requests for Equitable Adjustment, DFARS 252.244-7000, Subcontracts for Commercial Items, DFARS 252.247-7023, Transportation of Supplies by Sea. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.203-13, 52.219-6, 52.222-3, 52.222-19, 52.225-1, and 52.232-33. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area Workflow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) Receiving report means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., Power Track, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Government wide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011) 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 (HQ), Army Materiel Command (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 (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 to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of clause) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: Apache Gate Delivery Information All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). Contractual Authority No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. Evaluation and Award The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). The Government reserves the right to award quote mark All or None quote mark. One (1) Award will be made as a result of this solicitation. Changes Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. Payments WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS **Contractors are required to use the Invoice and Receiving Report (Combo) type when invoicing.** DO NOT USE: The Fast Pay Option Use the following DoDAAC's when inputting invoices and/or receiving reports. Administered By: provided at time of award Payment Official: provided at time of award Issued By: provided at time of award Ship To: provided at time of award NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: provided at time of award ACCEPTOR EMAIL: provided at time of award SPECIALIST EMAIL: j.alvarezrodriguez@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. Commercial Item Acquisition Procedures This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. Interruption Of Government Processes If an emergency or unanticipated event interrupts normal Government processes so that quotations/proposals/bids cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes/proposals/bids will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. Notice Of Award 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c46d4e1c9e471bb8a4cf81cbb0dafcac)
 
Place of Performance
Address: MICC - Fort Sill Directorate of Contracting, 1803 NW Macomb Road Fort Sill OK
Zip Code: 73503
 
Record
SN03751495-W 20150605/150603234831-c46d4e1c9e471bb8a4cf81cbb0dafcac (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.