Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2017 FBO #5798
SOLICITATION NOTICE

23 -- Road Sanding Truck

Notice Date
10/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
 
ZIP Code
00000
 
Solicitation Number
W912D017Q0045A
 
Archive Date
11/22/2017
 
Point of Contact
Jeff Morgan, Phone: 9073531519
 
E-Mail Address
jefferey.a.morgan.civ@mail.mil
(jefferey.a.morgan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with 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. Solicitation number W912D017Q0045A is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, dated 19 January 2017. This acquisition is Full and Open and is under North American Industry Classification Standards (NAICS) code 336211. Description of Requirement: This requirement is currently subject to FAR 52.232-18 Availability of Funds. CLIN U/I QTY PRICE 0001 EA 1 10 Cubic yard or larger street sanding truck Heavy Duty Commercial Grade Truck suitable for Extreme Cold Climate All wheel drive Diesel power Stainless Steel Sand Spreading Unit with top grate kit 10 gauge minimum hopper Full Hydraulic Operation Full Spreader Control BACK-UP ALARM Arctic grade Hose & Fittings ARTIC HYDRAULIC OIL All controls mounted inside the cab for ease of operation. Truck and Spreader fully Winterized for Alaska Price must include delivery to Ft Greely AK. 99731 Quote Information: Quotes shall include all charges necessary to meet the Requirement. Quotes shall be submitted and received no later than Monday, November 6, 2017, at 1200 hours (12:00 P.M.) Alaska Standard Time. Selection Process: A Firm-Fixed Price award will be issued, LPTA. Telephone quotes will not be processed. Contact Information: Please direct any questions, requests or quotes to: Jeff Morgan, telephone (907) 353-1519, emails to Jefferey.a.morgan.civ@mail.mil Payment Information: Award shall be made only to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR PROVISIONS: 52.204-7 System for Award Management 52-204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of offerors 52.204-20 Predecessor of Offeror 52.207-1 Notice of Standard Competition 52.207-4 Economic Purchase Quantity - Supplies 52.209-2 Prohibition on Contracting with inverted Domestic Corporations-Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.212-1 Instructions to Offerors -- Commercial Items 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items. 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. FAR CLAUSES: 52.202-1: Definitions. 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt I 52.204-4 Printed or copied Double-Sided on Postconsumer Fiber Content Paper 52.204-13 System of Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52-211-17 Delivery of Excess Quantities 52.212-4 Contract Terms and Conditions--Commercial Items. 52.222-3: Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 52.222-36 Equal Opportunity for Veterans. 52.222-37 Employment Reports on Veterans. 52.223-5 Pollution Prevention & Right-To-Know 52.223-6 Drug Free Workplace 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-1 Payments 52.232-8 Discounts for Prompt Payment. 52.232-18 Availability of Funds. 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232.40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes-Fixed Price 52.247-34 F.O.B. Destination 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) xx (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-1 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/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-2 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/these address(es): http://farsite.hill.af.mil/ (End of clause) DFAR PROVISIONS: 252.204-7011 Alternative Line Item Structure. 252.215-7007 Notice of Intent to Resolicit 252.225-7000 Buy American--Balance of Payments Program Certificate. DFAR CLAUSES: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7000 Disclosure of information. 252.204-7003 Control of Government personnel Work Product 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252-223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials-Basic 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program. 252-225-7002 Qualifying Country Sources as Subcontractors. 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/688e3b6068b828988f9b9ad1fe1dda58)
 
Place of Performance
Address: Ft. Greely, Ft. Greely, Alaska, 99731, United States
Zip Code: 99731
 
Record
SN04708345-W 20171008/171006230502-688e3b6068b828988f9b9ad1fe1dda58 (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.