SOLICITATION NOTICE
39 -- Purchase of Forklifts - Solicitation Supporting Docs
- Notice Date
- 9/14/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Border Enforcement Contracting Division - Mountain Branch, 4760 N Oracle Rd, Suite 100, Tucson, Arizona, 85705, United States
- ZIP Code
- 85705
- Solicitation Number
- 20107191-Forklifts-OFO
- Archive Date
- 10/4/2018
- Point of Contact
- Micky L. Hallman, Phone: 5204072816, Nicholas F. Martinelli, Phone: 703-401-7648
- E-Mail Address
-
micky.l.hallman@cbp.dhs.gov, nicholas.f.martinelli@cbp.dhs.gov
(micky.l.hallman@cbp.dhs.gov, nicholas.f.martinelli@cbp.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attch1 - SOW - Forklifts - solicit 20107191-Forklifts-OFO - CBP / OFO-Pembina This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 20107191-Forklifts-OFO and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 -- Industrial Machinery and Equipment Merchant Wholesalers. Requirement is solicited utilizing Total Small Business set-aside; only eligible and qualified entities may submit quotations/bids. Contracting instrument being contemplated: Firm Fixed-Price purchase order. The solicitation pricing will start on the date this solicitation is posted and will end on September 19, 2018, 5:00PM Eastern Time or as otherwise displayed. Only email submission(s) will be accepted. Subject line of email(s) should read: RFQ# 20107191-Forklifts-OFO / PURCHASE OF FORKLIFTS / CBP / OFO-PEMBINA. Submissions must clearly indicate what is being provided. Submit all proposals to Contract Specialist Micky Hallman at the following email address: micky.l.hallman@cbp.dhs.gov. The following must be adhered to when submitting quotation attachments: 1. No more than 2 pages (single-sided) describing Factor 1 - Technical (non-pricing). Based upon the requirement(s) outlined in the SOW, offerors must provide adequate supporting documentation and product description confirming that their product meets all aspects of the specifications in the SOW. 2. No more than 2 pages (single-sided) for Factor 2 - Past Performance (non-pricing). 3. Itemized pricing information supporting Factor 3 - Price (pricing). Aggregate price shall reflect the final price to the Government at award of contracting instrument. Due to restrictions on the size of email, ensure that all emails submitted are less than 25MB. If a submission exceeds 25MB, please separate it into multiple emails and include in the subject line the solicitation number and # of # emails. Any electronic submission determined to contain a virus will be deleted and not accepted for consideration under this solicitation. Submissions containing the required PRICING AND NON-PRICING responses (e.g. technical, representations and certifications, etc.) shall be provided to the contracting office no later than the closing date and time identified on the solicitation to be considered for award. Time of receipt shall be determined by the government's email receipt time. It is the prospective offeror's responsibility to ensure this is done according to the above restrictions / limitations. In order for an offeror's submission to be responsive and considered for award, the seller is required to document exactly how they intend to meet the requirements of the SOW. Failure to do this may result in the submission being removed from consideration. The U.S. Customs and Border Protection (CBP), Office of Field Operations, Area Port of Pembina, requires the following: U.S. Customs and Border Protection, Office of Field Operations, Area Port of Pembina, North Dakota, has a need to procure commercially available forklifts to be utilized as part of CBP's daily mission and facilitate ongoing trade operations. This is a Request for Quotation (RFQ) for two (2) 4-wheeled sit-down LP-powered forklifts Brand Name or Equal to make/model and specifications outlined at Section 5.2. of the SOW (Attachment 2 to the Solicitation). Contractor shall meet all specifications and complete all tasks as identified in order to fulfill the requirements of the SOW. Contract requirements shall be completed not later than one hundred twenty (120) calendar days after receipt of order (ARO). Estimated term of the contract is September 24, 2018 - January 23, 2019. Primary Requisitioning Office: U.S. Customs and Border Protection Office of Field Operations - Area Port of Pembina 10980 I-29 Pembina, ND 58271 Federal Tax Exempt ID: 72-0408780 ****Question Submission: Prospective offerors must submit any questions concerning the solicitation at the earliest time possible, but not later than September 18, 2018 (5:00pm Eastern Time), to enable the Buyer to respond. Questions must be submitted directly to the Primary Point of Contact identified for the solicitation. Questions not received prior to close of the Question and Answer period may not be considered.**** Proposals MUST be good for 60 calendar days after close of RFQ. Pursuant to applicable regulations and guidelines, this solicitation requires offeror's to be registered within the System for Award Management (SAM) prior to award. Registration information can be found at www.sam.gov. Quotations will be evaluated using Lowest Price Technically Acceptable (LPTA) award criteria. EVALUATION CRITERIA FOR AWARD - LTPA 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion. The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. (a) 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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The quote with the lowest evaluated price will be evaluated for technical acceptability. Only if that quote is found to be technically unacceptable will the evaluation proceed to the quote with the next lowest evaluated price. This process will continue until the lowest priced technically acceptable quote is found. The following factors shall be used to evaluate technical acceptability of the lowest priced offeror: 1. TECHNICAL (non-price) Offerors shall meet the technical specifications and complete the tasks outlined within the Statement of Work (SOW). 2. PAST PERFORMANCE (non-price) Offerors will be evaluated on their recent (within the past 3 years) performance of relevant work as described in the SOW. The Government will consider information obtained from readily available sources when evaluating offeror's past performance. Offerors will not be evaluated favorably or unfavorably on past performance if they have no record of relevant past performance or for whom information on past performance is not available. 3. PRICE A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to award without discussions with Offerors. TERMS AND CONDITIONS (FAR CLAUSES/PROVISIONS - IBR) Selected Offeror must comply with the following commercial item terms and conditions, which are incorporated by reference (IBR): •- FAR 52.212-1, Instructions to Offerors - Commercial Items; •- FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications ; •- FAR 52.212-4, Contract Terms and Conditions - Commercial Items; •- FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, provisions/clauses in paragraph (a) and in paragraph (b): 52.202-1, 52.203-18, 52.204-4, 52.204-7, 52.204-8, 52.204-10, 52.209-6, 52.209-10, 52.216-24, 52.216-25, 52.217-9, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-44, 52.222-50, 52.223-5, 52.223-10, 52.223-17,52.223-18, 52.223-19, 52.225-13, 52.225-25, 52.232-1, 52.232-34, 52.232-39, 52.233-2, 52.233-3, 52.233-4, 52.242-15, 52.243-1, and 52.244-6 •- The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. TERMS AND CONDITIONS (FAR CLAUSES/PROVISIONS - NON-IBR) 52.204.21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) (a) Definitions. As used in this clause- "Covered contractor information system" means an information system that is owned or operated by a contractor that processes, stores, or transmits Federal contract information. "Federal contract information" means information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service to the Government, but not including information provided by the Government to the public (such as on public websites) or simple transactional information, such as necessary to process payments. "Information" means any communication or representation of knowledge such as facts, data, or opinions, in any medium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual (Committee on National Security Systems Instruction (CNSSI) 4009). "Information system" means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information ( 44 U.S.C. 3502 ). "Safeguarding" means measures or controls that are prescribed to protect information systems. (b) Safeguarding requirements and procedures. (1) The Contractor shall apply the following basic safeguarding requirements and procedures to protect covered contractor information systems. Requirements and procedures for basic safeguarding of covered contractor information systems shall include, at a minimum, the following security controls: •(i) Limit information system access to authorized users, processes acting on behalf of authorized users, or devices (including other information systems). •(ii) Limit information system access to the types of transactions and functions that authorized users are permitted to execute. •(iii) Verify and control/limit connections to and use of external information systems. •(iv) Control information posted or processed on publicly accessible information systems. •(v) Identify information system users, processes acting on behalf of users, or devices. •(vi) Authenticate (or verify) the identities of those users, processes, or devices, as a prerequisite to allowing access to organizational information systems. •(vii) Sanitize or destroy information system media containing Federal Contract Information before disposal or release for reuse. •(viii) Limit physical access to organizational information systems, equipment, and the respective operating environments to authorized individuals. •(ix) Escort visitors and monitor visitor activity; maintain audit logs of physical access; and control and manage physical access devices. •(x) Monitor, control, and protect organizational communications ( i.e., information transmitted or received by organizational information systems) at the external boundaries and key internal boundaries of the information systems. •(xi) Implement subnetworks for publicly accessible system components that are physically or logically separated from internal networks. •(xii) Identify, report, and correct information and information system flaws in a timely manner. •(xiii) Provide protection from malicious code at appropriate locations within organizational information systems. •(xiv) Update malicious code protection mechanisms when new releases are available. •(xv) Perform periodic scans of the information system and real-time scans of files from external sources as files are downloaded, opened, or executed. (2) Other requirements. This clause does not relieve the Contractor of any other specific safeguarding requirements specified by Federal agencies and departments relating to covered contractor information systems generally or other Federal safeguarding requirements for controlled unclassified information (CUI) as established by Executive Order 13556. (c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts under this contract (including subcontracts for the acquisition of commercial items, other than commercially available off-the-shelf items), in which the subcontractor may have Federal contract information residing in or transiting through its information system. 52.204.22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017) (a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror's practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror. (b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable. (End of Provision/Clause) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision/Clause) TERMS AND CONDITIONS (DHS/CBP CLAUSES/PROVISIONS - NON-IBR) ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016) Beginning April 11, 2016, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment terms for existing contracts and orders awarded prior to April 11, 2016 remain the same. The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to April 11, 2016. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP : Full and complete printable copy of original invoice. The IPP was designed and developed for Contractors to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. (End of provision/clause)) CONTRACTING OFFICER'S AUTHORITY (MAR 2003 ) Reference: FAR 1.602-1; The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. (End of provision/clause) PACKAGING, PACKING, AND MARKING (MAR 2003) Material shall be packaged, packed, and marked for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Packages shall be clearly identified on the outer wrapping with the contract number and delivery/task order number, if applicable. (End of provision/clause) GOVERNMENT CONSENT OF PUBLICATION/ENDORSEMENT (MAR 2003) Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. (End of provision/clause) NOTICE OF BRAND NAME OR EQUAL (OCT 2007) Definition : As used in this provision, the term "brand name" includes identification of products by make and model number. If items called for by this solicitation have been identified in the schedule by a "brand name" description, such identification is intended to be descriptive, but not restrictive. •a) This solicitation contains the provision FAR 52.211-6 "Brand Name or Equal". Offerors are cautioned to comply with the requirements of this provision. •b) Offerors proposing "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer and are determined by the Government to meet fully the salient characteristics requirements set forth in the clause "Minimum Salient Characteristics" contained in this solicitation. •c) If the offeror proposes to furnish an "equal" product, the brand name, if any, and model number of the product to be furnished shall be inserted in the spaces provided in the Schedule. Unless the offeror clearly indicates in its offer that it is proposing an "equal" product, its offer shall be considered as offering the brand name product referenced in the solicitation. (End of provision/clause) Contracting Office Address: 4760 N Oracle Rd, Suite 100 Tucson, AZ 85705
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/SBIAO/20107191-Forklifts-OFO/listing.html)
- Place of Performance
- Address: (See SOW for actual pick up and delivery locations), U.S. Customs and Border Protection, Office of Field Operations - Area Port of Pembina, 10980 I-29, Pembina, North Dakota, 58271, United States
- Zip Code: 58271
- Zip Code: 58271
- Record
- SN05090667-W 20180916/180914231210-160e593ae93323262648727235b00ad5 (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 |