Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

39 -- Minot Snow Blade - SOW Minot Snow Blade

Notice Date
2/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4510-17-Q-1002
 
Point of Contact
Erik Rundquist, Phone: 2689614891
 
E-Mail Address
erik.rundquist@dla.mil
(erik.rundquist@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Minot Snow Blade 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; quotes are being requested and a written solicitation will not be issued. The details of this procurement are located below and in the attached specifications. The solicitation number for this requirement is SP4510-17-Q-1002 and will be issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. This procurement is being set aside 100% for small business concerns under NAICS 333924, which has a size standard of 750 employees. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement. The Government will award a contract resulting from this solicitation to the offeror that has the lowest price and that is technically acceptable. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that it has completed the annual representations and certifications on SAM.gov or submit a completed copy of the provision at FAR 52.212-3 with its offer. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. The additional FAR clauses which are cited in FAR 52.212-5 are listed here: 52.203-3, Gratuities (Apr 1984) 52.203-6 Alt. 1, Restrictions on Subcontractor Sales to the Government (Oct 1995) 52.222-50, Combatting Trafficking in Persons (Feb 2009) 52.233-3, Protest After Award (Aug 1996) 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (May 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug2011) 52.225-1, Buy American Act - Supplies (Feb 2009) 52.232-33, Payment by Electronic Fund Transfer - Central Contractor Registration (Oct 2003) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7003, Agency Office of the Inspector General (Apr 2012) 252.203-7005 Representations Relating to Compensation of Former DoD Officials (Nov 2011) 252.225-7012, Preference for Certain Domestic Commodities 252.227-7015, Technical Data - Commercial Items (Dec 2011) 252.225-7021 Trade Agreements (Oct 2013) 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) Additional FAR clause incorporated by reference: FAR 52.247-34, F.O.B. Destination (Nov 1991) Clause Note: Other clauses not listed above may be included in any award made from this solicitation. This is a result of the programming of our contract writing system. To alleviate this issue, a bilateral award will be made from this solicitation. INSTRUCTIONS TO OFFERORS: Submit quotes by email to: erik.rundquist@dla.mil no later than March 6, 2017 at 10:00 am Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-reciept 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 bid schedule table is located in the beginning of specifications and shall be completed with their submission. Award will be made to the offeror who is deemed technically acceptable and has the lowest price. A pass/fail technical review will be completed to assess the technical acceptability of the offers. Determination of technical acceptability will be based off the critical requirements outlined in Section 3.1 of the specifications. Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) shall be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than March 3, 2017. In the event questions are received, a solicitation amendment will be posted before the quote submission deadline
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-17-Q-1002/listing.html)
 
Place of Performance
Address: DLA Disposition Service Minot, 531 Bomber Boulevard, Minot AFB, ND 58705-5010, Minot, North Dakota, 58705-5010, United States
Zip Code: 58705-5010
 
Record
SN04406486-W 20170218/170216235743-8d1c29cb44a98602ddd1bb26436b7c6b (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  © 1994-2020, Loren Data Corp.