SOLICITATION NOTICE
38 -- Snow Plow and Spreader to be equiped on Dump Truck
- Notice Date
- 7/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
- ZIP Code
- 83705-6512
- Solicitation Number
- W912J7-15-T-0008
- Response Due
- 8/25/2015
- Archive Date
- 9/24/2015
- Point of Contact
- Eric Pruett, 208-272-5042
- E-Mail Address
-
USPFO for Idaho
(eric.e.pruett.mil@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 combined synopsis/solicitation for commercial supplies 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. This solicitation # W912J7-15-T-0005 is issued as a Request for Quotation (RFQ). This synopsis/solicitation is issued for commercial supplies in accordance with FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective December 26, 2013. This acquisition is a Total Small Business Set-Aside under NAICS 333120 small business size standard is 750 employees. Interested offerors must be registered in the System for Award management (SAM) to be considered for award. There will be no site visit (please refer to attached images of specific dump truck installation will occur on) and all questions must be submitted according to the below defined criteria. Description of Requirement: The purpose of this requirement is to provide and install one (1) snow plow and one (1) sand/salt spreader onto a 2001 Western Star model 4900 dump truck. Snow plow attachment will required extension and reinforcement of the front frame as required. This is a Brand Name or Equal procurement and all offerors must ensure that any proposed substitutes meet all the characteristics of the stated supplies. Following are the specific requirements requested: 1.Pickup and Delivery of Dump truck from MATES compound located at 33400 S Orchard Access Rd. Boise, Idaho 83716, work may be completed on-site if in the best interest of the government. 2.Provide and Install one (1) Monroe model MP36R11ISCT Reversible 11' length, 36 quote mark height snow plow name brand or equal. To include electric/hydraulic power unit and any required extension or reinforcement to front frame rails of dump truck as required. Refer to the attached images of the dump truck to ensure a complete understanding of the installation process. a.Salient characteristics are as follows: i.Adjustable Pitch Settings of 5, 10 and 20 degrees ii.Built-In Lift System iii.Full Trip Reversible iv.Overall Length 11' Height w/ 5/8 quote mark x 8 quote mark Cutting Edge 36 quote mark 3.Provide and Install one (1) Monroe model MCV156-84-56 Sand/Salt spreader, 13' length, 84 quote mark width, 56 quote mark side height hopper, 8.6 cubic yard capacity and self-contained engine/hydraulic package name brand or equal. a.Salient characteristics are as follows: i.Hoper Length 13' Width 84 quote mark Side Height 56 quote mark ii.Capacity 8.6 Cubic Yards iii.10 gauge mild steel hopper, 45 degree sloped sides iv.24 quote mark conveyor width v.Self-contained engine/hydraulic package with in cab controls for the engine, hydraulic controls located at the rear of sander with engine engage/disengage switch in cab 4.If providing an or equal quote the quote must include technical specs with pictures demonstrating the salient characteristics are met. Performance Standards: The contractor shall provide all personnel, supervision, and any items and services necessary to perform the required services as outlined in this synopsis/solicitation. Evaluation: The resultant offer by the government will be a Firm-Fixed-Price (FFP) Purchase Order awarded based on the lowest priced offer that satisfies the Government requirement based on posted salient characteristics. Contract Line Item Numbers (CLINs): 0001 Dump Truck Plow attachment with installation 0002 Dump Truck Sand/Salt Spreader attachment with installation Quotation Submission: Quotations will be submitted electronically via email to patrick.t.burry.mil@mail.mil and jerry.m.deweerd.civ@mail.mil. The question period will end at14 Aug 2015 and all answers will be posted NLT 20 AUG 2015. All questions will be submitted to patrick.t.burry.mil@mail.mil and jerry.m.deweerd.civ@mail.mil. The solicitation will close 25 AUG 2015. Quotations must include pricing on a per CLIN basis and cost for pickup and delivery must be included in one (1) of the CLINS. The Government intends to award without discussion with the offerors but the Government may request clarifications of quotations submitted. There will not be any allowance for revision of quotations after the solicitation close date therefore submission of the Contractor best possible pricing is encouraged. Provisions and Clauses: The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and there are no addenda to this provision. Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this clause. The clause at FAR 52.212-5 Deviation, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-Commercial Items, applies to this acquisition. The following are the included additional clauses for this action; 52.204-7 Central Contractor Registration 52.204-13 System for Award Management Maintenence 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment. 52.219-6 Notice of Total 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive order 13658 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 Authorized Deviations in Clauses (DFARS, 48 CFR Chapter 2) 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 WAWF Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea 52.222-3 Convict Labor 52.203-3 Gratuities 52.219-8 Utilization of Small Business Concerns
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-15-T-0008/listing.html)
- Place of Performance
- Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
- Zip Code: 83705-6512
- Zip Code: 83705-6512
- Record
- SN03810017-W 20150726/150724235436-3d7c882c22c95c4756843fd301a32fb5 (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 |