SOLICITATION NOTICE
99 -- Lift Truck Hyster W25ZC (Or Equal)
- Notice Date
- 8/28/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 439 CONF/LGC, 250 Airlift Drive, Westover ARB, Chicopee, Massachusetts, 01022-1507, United States
- ZIP Code
- 01022-1507
- Solicitation Number
- F5N3CE7128A001
- Archive Date
- 9/28/2017
- Point of Contact
- Daniel F. George, Phone: 4135572550, Theresa M. Elkins, Phone: 4135573924
- E-Mail Address
-
daniel.george.6@us.af.mil, theresa.elkins@us.af.mil
(daniel.george.6@us.af.mil, theresa.elkins@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis Solicitation: Title: Lift Truck, Hyster Model W25ZC Brand Name or Equal 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; submissions are being requested and a written solicitation will not be issued. The Solicitation Number is: F5N3CE7128A001. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the following: Federal Acquisition Circular (FAC) 2005-95, effective 19 January 2017 DFARS Publication Notice (DPN) 20161222, effective 22 December 2016 Air Force Federal Acquisition Circular (AFAC) 2017-0127, effective 27 January 2017 _____________________________________________________________________________________ NAICS code: 333924 Size Standard: 750 Product Code 3930 (See FAR 52.212-1 for further definition) _____________________________________________________________________________________ Description of Requirement: We are in need of a walk behind battery operated Lift Truck, Hyster W25Zc Or Equal. We are looking for a Fork 36 inches, Load Wheels 10x6 inches, drive tires 10x5 inches, voltage 24, hydraulics Lift-Lower and Tilt, detachable back rest and 2 state limited free lift vista mast, fork height 104 inches, overall lowered height 72 inches and overall extended height without back rest 123 inches. _____________________________________________________________________________________ Delivery Date: Within 60 calendar days After Receipt of Order. _____________________________________________________________________________________ Questions Due Date: 6 September 2017, all questions will be addressed/answered by amendment posted to www.FBO.gov. Submit your questions to daniel.george.6@us.af.mil phone calls are discouraged. All quotes will be considered. Any resultant award will be made to the lowest priced offeror providing a technically acceptable offer. The Government anticipates a firm fixed price contract. Closing Response - RFQ Due Date: 13 September 2017 10AM Eastern Time Site Visit: None The FOB point is: Destination Westover Air Reserve Base 250 Airlift Drive Chicopee, MA 01020 Attn: Daniel George Daniel.george.6@us.af.mil 413-557-2550 List of Attachments: None __________________________________________________________________________________ The following Federal Acquisition Regulations (FAR) and its supplements (DFARS and AFFARS) provisions and clauses apply to this acquisition: DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) DFARS 252.703-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7003-CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS 252.204-7004 -ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014 DFARS 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) DFARS 252.204-7011- Alternative Line Item structure DFARS 252.204-7012- SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) DFARS 252.204-7015-NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.225-7048- EXPORT CONTROLLED ITEMS (JUNE 2013) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS 252.232-7010--LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) DFARS 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.204-13 System for Award Management Maintenance (Oct 2016) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18-Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19-Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) FAR 52.209-11-Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors 52.212-2 Evaluated Commercial Items 52.212-3 Offerors representation and certifications - commercial items 52.212-4 Commercial Items FAR 52.222-55 Minimum Wages under Executive Order 13658 (Dec 2015) FAR 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation (Dec 2016) FAR 52.225-13- Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-18- Place of Manufacture (Mar 2015) FAR 52.225-25- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) FAR 52.232-1 Payments (Apr. 1984) FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-33- Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) FAR 52.232-40- Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-1 Disputes (May 2014) FAR 52.233-3- Protest after Award (Aug. 1996) FAR 52.233-4- Applicable Law For Breach Of Contract Claim (OCT 2004) FAR 52.243-1 Changes -- Fixed Price (Aug 1987) FAR 52.204-20 Predecessor of Offeror (July 2016) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) FAR 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) AFFARS 5352.201.9101 OMBUDSMAN (JUN 2016) 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Government (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA6606 Admin DoDAAC FA6606 Inspect By DoDAAC F5N3CE Ship To Code F5N3CE Ship From Code NA Mark For Code Service Approver (DoDAAC) NA Service Acceptor (DoDAAC) NA Accept at Other DoDAAC NA LPO DoDAAC NA DCAA Auditor DoDAAC NA Other DoDAAC(s) NA (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system N/A (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Daniel.george.6@us.af.mil _________________________________________________________________ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 52.252-1 -- Solicitation Provisions Incorporated by Reference. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm (End of Provision) 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: 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 address: _____________________________________________________________________ http://farsite.hill.af.mil/vffara.htm To receive an award of contract the offeror must be registered in the SAM database which can be accessed at the website www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/439LSSLGC/F5N3CE7128A001/listing.html)
- Place of Performance
- Address: Westover ARB, Chicopee, Massachusetts, 01020, United States
- Zip Code: 01020
- Zip Code: 01020
- Record
- SN04649411-W 20170830/170828231622-e9b5ea440944994d1e0ea9c65152a4a2 (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 |