Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
MODIFICATION

24 -- SMALL BUSINESS SET-ASIDE FOR TRACTOR TO PULL GOVERNMENT-OWNED MOWER

Notice Date
9/7/2017
 
Notice Type
Modification/Amendment
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0250
 
Archive Date
9/27/2017
 
Point of Contact
Brett E. Bigbee, Phone: (301) 394-3016, Marino, Phone: 301-394-3165
 
E-Mail Address
brett.e.bigbee.civ@mail.mil, caitlin.p.marino.ctr@mail.mil
(brett.e.bigbee.civ@mail.mil, caitlin.p.marino.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Disclaimer: This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. For purposes of this acquisition, the associated NAICS code is 333111.The small business size standard is 1,250 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN0001, Qty 1, Tractor, each Specifications/Requirement: The Government requires the purchase of one (1) tractor for the sole purpose of maintaining the operational ranges at Blossom Point Research Facility (BPRF) located at 15000 Blossom Point Road, Welcome, Maryland in Charles County. The tractor shall have the following salient characteristics: • Enough horsepower to serve as a pulling vehicle for a twenty-foot, Land Pride Bush Hog Type Batwing Mower (model number RC5020). • Ability, power and traction to safely operate the twenty-foot wide, three tiered brush cutter at 540 revolutions per minute (RPM) @ 1994 engine RPM or with the brush cutter spinning at 1000 RPM @ 2050 engine RPM while cutting at the required height of four (4) inches. • A cabin to protect the operator from noise, heat and fumes • An engine with the following characteristics: o V-6108 direct injection o 6.1 Liter o 374 cubic inch o Four (4) cylinder o Electronic fuel injection o Turbocharger • A 130 amperage alternator to supply enough power to operate the lights and other electrical functions of the tractor. • A hydraulic system with a maximum flow rating of thirty-five (35) gallons per minute with an open center gear pump to operate the Power Take Off (PTO). • Mechanical Front wheel drive (MFWD) • Three (3) Selective Control Valves (SCV) Delivery: Delivery is required by 15 December 2017. Delivery shall be made to 15000 Blossom Point Road, Welcome, Maryland. Acceptance shall be performed at Blossom Point Research Facility in Welcome, Maryland. The FOB point is Blossom Point Research Facility in Welcome, Maryland Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price. III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: Provisions: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) Clauses: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHE SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-6 ALT I NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)-ALTERNATE I (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.247-64 PREFERENCE FOR PRIVATELY OWNED U.S. - FLAG COMMERCIAL VESSELS (FEB 2006) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): Provisions: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) Clauses: 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-0007 CONTRACT-WIDE: SEQUENTIAL ACRN ORDER (SEP 2009) 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) Full Text clauses: ACC - APG POINT OF CONTACT (APR 2011) GARRISON-ALC POINT OF CONTACT TYPE OF CONTRACT (SEP 1999) GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) TAX EXEMPTION CERT. (GARRISON) ADELPHI CONTR. DIVISION URL PAYMENT TERMS 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as C. VIII. The following notes apply to this announcement: N/A Place of Performance: Blossom Point Research Facility in Welcome, Maryland PLEASE RESPOND VIA EMAIL AND COPY SECONDARY POINT OF CONTACT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c8e1681ced82e8e854e6c3055fb4163)
 
Place of Performance
Address: Blossom Point Research Facility, Welcome, Maryland, 20693, United States
Zip Code: 20693
 
Record
SN04666131-W 20170909/170907232250-1c8e1681ced82e8e854e6c3055fb4163 (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.