Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
SOLICITATION NOTICE

36 -- Telescopic Boom Lift - RFQ-F1M2M66201AW01

Notice Date
9/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M2M66201AW01
 
Archive Date
10/1/2016
 
Point of Contact
David Rios Chinas, Phone: 843-963-5166, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
david.rios_chinas.1@us.af.mil, jacqueline.brown.1@us.af.mil
(david.rios_chinas.1@us.af.mil, jacqueline.brown.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Quotes - F1M2M66201AW01 COMBINED SYNOPSIS/ SOLICITATION FOR TELESCOPIC BOOM LIFTS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2M66201AW01 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation/synopsis that will used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 15 Aug 2016. (iv) This acquisition is unrestricted. The applicable NAICS Code 333923 with size standard of 500 employees. However, the size standard for a concern who submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a domestic product which it did not itself manufacture, is 500 employees. (v) The offeror shall submit a lump sum quote for the purchase/supply and delivery of two (2) each telescopic boom lifts with fall arrest systems to Joint Base Charleston - Air Base (JB CHS-AB), South Carolina. At a minimum the boom lift must possess the following features:  5'ft - 6'ft articulating jib  Swing-out engine tray  All-motion alarm system installed  110V AC receptacle platform  Platform Height: 65' ft minimum  Horizontal Outreach: 56'ft - 60'ft  Platform Capacity: 500 lb minimum (unrestricted)  Diesel powered  2 or 4-wheel drive is acceptable  Tire options : rough terrain All responsible sources may submit a quote, which shall be considered. (vi) The contractor will be responsible for providing all labor, and any applicable items and services necessary to provide two (2) each telescopic boom lifts with a fall arrest platform system, to include the salient characteristics listed above, to the 437th Aircraft Maintenance Squadron at Joint Base Charleston - Air Base (JB CHS-AB). The boom lifts shall, at minimum, meet specifications identified on the attached Request for Quote (RFQ) document, and shall conform to standard commercial/industry safety standards. (vii) All lifts shall be delivered within forty-five (45) days or less after award of contract. A firm fixed price contract is contemplated. FOB: Destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award (full text of clauses and provisions may be accessed electronically via website http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price: The Government will evaluate the total price of the offer for award purposes. 2. Technical Capability: Pass or Fail. The item proposed, shall meet at a minimum, all the features listed in paragraph (v) to be technically acceptable. The Government will award a contract to the lowest priced, technically acceptable offeror. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O00019)(Feb 2016) are incorporated by reference, however, the following clauses apply: FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses are applicable to this procurement: • FAR 52.204-7, System for Award Management • FAR 52.204-10, Reporting Executive Executive Compensation and First-Tier Subcontract Awards • FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment • FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations • FAR 52.223-11, Ozone-Depleting Substances • FAR 52.223-13, Encouraging Contractor Policies To Ban Text Messaging While Driving • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • FAR 52.225-13, Restrictions on Certain Foreign Purchases • DFARS 252.209-7992 (Dev), 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 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) • DFARS 252.225-7001, Buy American Act and Balance of Payments Program • DFARS 252.225-7021, Trade Agreements • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (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/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • DFARS 252.247-7023, Transportation of Supplies by Sea • AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2015) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 September 2016 no later than 2:00 PM EST. Requests should be marked with solicitation number F1M2M66201AW01. (xvi) Address questions to SrA David Rios Contracting Specialist, at (843) 963-5166, fax (843) 963-5183, email david.rios_chinas.1@us.af.mil or Jacqueline Brown, Contracting Officer, at (843) 963-5857, fax (843) 963-5183, email jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2M66201AW01/listing.html)
 
Place of Performance
Address: Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04262315-W 20160910/160908234823-108e92b2d1792baa9c12ea289d14f90f (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.