Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
SOLICITATION NOTICE

81 -- Purchase five (5) each 4.0 Cubic Yard (CY) hoppers for DLA Disposition Services Misawa, Japan

Notice Date
8/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services - Hawaii, ATTN: DRMS-PHW (Pacific), 1025 Quincy Avenue, Suite 2000, Pearl Harbor, Hawaii, 96860-4512, United States
 
ZIP Code
96860-4512
 
Solicitation Number
SP4530-16-Q-0005
 
Archive Date
8/31/2016
 
Point of Contact
Gwendolyn M. Rapoza, Phone: 8084739588, Curtis Chang, Phone: 808-473-4274
 
E-Mail Address
gwendolyn.rapoza@dla.mil, curtis.chang@dla.mil
(gwendolyn.rapoza@dla.mil, curtis.chang@dla.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 FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. It is the offeror's responsibility to check FEDBIZOPS daily for any amendments or other information pertaining to this Request For Quote (RFQ). The RFQ number is SP4530-16-Q-0005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88-1 and DFARS Change Notice 20160630. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 332439 and the Small Business Standard is 500 employees. This is a total small business set aside. The DLA Disposition Services Hawaii requests responses from qualified sources capable of providing five (5) each 4.0 CY self-dumping hoppers. CLIN 0001-4.0 CUBIC YARD SELF DUMPING HOPPER The following minimum specifications shall be included with this hopper: Steel Construction Chain latch dump release No lids Fork Lift Opening: no more than 3" x 42" Weight Capacity: 4000-6000 lb. Length: 70" to 73" Width: no more than 84" Height: no more than 69" Drain holes Safety chains CLIN 0002-TRANSPORTATION/DELIVERY Contractor will ship FOB destination to the following address for arrival at destination within 70 days after award: DLA Disposition Services Misawa Bldg 1345, Hirahato-cho Misawa-shi, Aomori-ken Japan 033-0012 Point of Contact: Ms. Michele Clay Site Manager DLA Disposition Services Misawa DSN: 315-226-2270 COM: 011-81-76-52-2907 Additional Requirements-Warranty & Regulation At minimum Contractors shall warrant that each hopper, and each component thereof, will be free from defects in material and workmanship for a period of 12 months from the date of shipment. In addition, the Contractor will promptly repair or replace any defective products. GENERAL PROVISIONS Payment will be made by Wide Area Work Flow (WAWF). DFARS 252.232-7006, Wide Area Work Flow Payment Instructions, with billing information will be provided at time of award. The following FAR provisions and/or clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors - Commercial (Oct 2015) 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Jun 2016) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.204-7, System for Award Management (Jul 2013) 52.232-40, Providing Accelerated payments to Small Business Subcontractors (Dec 2013) The following DFARS provisions and/or clauses are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations (Jun 2015) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) SUBMITTALS IN RESPONSE TO THIS REQUEST FOR QUOTATION The Contractor shall submit all information requested. Failure to follow the instructions may result in the quote being removed from further consideration. The Government reserves the right to reject any quotation that is incomplete, or includes exceptions and/deviations to this RFQ. PRODUCT COMPLIANCE: The quotation shall include the contractor's product line(s) that closely adhere to the technical characteristics as outlined in this RFQ. The offeror shall include the product part number, product name, dimensions, and the unit price for each model. In addition, contractors shall submit complete electronic versions of their product specifications and provide any color scheme options. BASIS OF AWARD The Government intends to evaluate the submitted quotes based on the low price technically acceptable. Technical acceptability is determined to be the offeror's ability to provide the required hoppers in accordance with the technical characteristics provided. Award will be made to the responsible offeror whose quote is technically acceptable, in full compliance with all other requirements set forth in this RFQ, and the lowest evaluated price. The Government reserves the right to judge which quote shows the required capability. The Government also reserves the right to eliminate from further consideration those proposals which are considered nonresponsive or unacceptable. 1. Request for Information (RFIs): Contractors shall email all inquiries and RFIs to Gwendolyn Rapoza at Gwendolyn.rapoza@dla.mil no later than 3:00 P.M. H.S.T. on August 12, 2016. 2. Quote Due Date: Contractor shall email their proposal to Gwendolyn Rapoza at Gwendolyn.rapoza@dla.mil no later than 3:00 P.M. H.S.T. on August 16, 2016. Contractor must ensure that all product lines, schedule discounts, and offered discounts are included with the quote. Contractors shall also submit the following: company name, address, point of contact, telephone number, fax number, e-mail address, CAGE code, and electronic copies of all manufacturers' warranty certificates and information. Attention should be given to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. A Price Schedule table is located below and shall be completed and submitted with the quote. Offerors are reminded to include a completed copy of FAR 52.212-3 and its ALT I with quotes or ensure that the information located in FAR 52.212-3 (Offerors Representations and Certifications) shall be current on SAM.gov at the time of quote submission. SCHEDULE OF PRICES CONTRACT LINE ITEM DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE AMOUNT 0001 Self-Dumping Hopper (4 CU YD) 5 EA $ $ 0002 Transportation/Delivery to: DLA Disposition Services Misawa Bldg 1345, Hirahato-cho Misawa-shi, Aomori-ken Japan 033-0012 1 EA $ $ Grand Total CLINS 0001 thru 0002 $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMO-Hawaii/SP4530-16-Q-0005/listing.html)
 
Place of Performance
Address: DLA Disposition Services Misawa, Japan, Bldg. 1345, Hirahato-cho, Misawa-shi, Aomori-ken, Japan 033-0012, Japan
 
Record
SN04215471-W 20160811/160809235244-6eaf23d39af79aebf5009eed9d67a049 (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.