Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

W -- High Reach Lift

Notice Date
4/7/2020 5:41:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
F252120QB034
 
Response Due
4/15/2020 11:00:00 AM
 
Archive Date
04/30/2020
 
Point of Contact
Heather Hanks, Phone: 3214947092
 
E-Mail Address
heather.hanks.2@us.af.mil
(heather.hanks.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-20-Q-B034 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04; Effective 15 Jan 2020. This is a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 532412 with a size standard of $35 Million. The purpose of this combined synopsis/solicitation is for the lease, delivery, maintenance, repair, and pick up of a high reach lift for the 920th Maintenance Squadron, Patrick AFB, Fl 32925. The high reach lift (1) is required for a period of twelve (12) months after receipt of order (ARO), with the possibility of one additional six-month option period. Following contract award, high reach lift shall be delivered within five (5) working days of notification from the Government that the using unit is prepared to receive. See attached Statement of Work (SOW) for additional requirements. Salient Characteristics: The high reach lift must include the following: -Platform Height to reach over 55ft -Motion Alarm -Horizontal reach over 50ft -Platform control -360 degree swing -Platform capacity of at least 500 pounds -Gas/Diesel Power -Fall restraint attachment -Gate on platform Ship to address: Attn: SMSgt Trevor Frankel 920 MXS, Bldg 688, Rescue Rd Patrick AFB, FL 32925 Please provide pricing for the 12 MO base period (0001-0003) and the 6-month option period (1001 & 1003), as listed below: Item� � � � � � � � � � � � � � � �Description� � � � � � � � � � � �Qty� � � � � � � � � � � � � � � � Unit� � � � � � � �Unit Price� � � � � � � � � � � � � � Total Amount 0001� � � � � � � � � � � � � � �High Reach Lift� � � � � �(base year)� � � � � � � � � � � � 12�MO� � � � � $� � � � � � � � � � � � � � � � � � � � � � � $ 0002� � � � � � � � � � � � � � �Delivery� � � � � � � (base year-one time fee)� � � � � 1 EA� � � � � � $� � � � � � � � � � � � � � � � � � � � � � � $ 0003� � � � � � � � � � � � � � Pick-Up� � � � � � � (base year-one time fee)� � � � � � 1 EA� � � � �� �$� � � � � � � � � � � � � � � � � � � � � � � $ 1001� � � � � � � � � � � � � � High Reach Lift� � � � � � (6 MO option)� � � � � � � � � � �6 MO� � � � � $� � � � � � � � � � � � � � � � � � � � � � � $ 1003� � � � � � � � � � � � � � Pick-Up� � � � � � � � (6 MO option- one time fee)� � 1 EA� � � � � �$� � � � � � � � � � � � � � � � � � � � � � � $ NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018) applies to this acquisition and the following addendem applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows: �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows: �The offeror agrees to hold the prices in its offer firm until 30 Jun 2020.� RFQ due date: 15 Apr 2020 RFQ due time: 2:00 P.M. EST Email to heather.hanks.2@us.af.mil THIS MUST BE SENT TO HEATHER HANKS AS STATED ABOVE. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in 4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services.� (d) Representation. The Offeror represents that it ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Offeror shall provide the following information as part of the offer� (1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision) *52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that� (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror�s submissions will be evaluated based upon the following: (1) Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, products must conform to the above salient characteristics listed and attached Statement of Work. (2) Price: Award will be made to the lowest price technically acceptable offeror. Technical acceptability is more important than cost or price. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, �Responsible Prospective Contractors.� Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause� (b) �Manufactured end product� means any end product in Federal Supply Classes (FSC) 1000-9999, except� (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly� (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-13 Contractor Code of Business Ethics and Conduct (Oct 15) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 16) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 18) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-6 Notice of Total Small Business Set-Aside (Mar 20) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2020) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-50 Combating Trafficking in Persons (Jan 19) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 16) (E.O.13693) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-1 Buy American Act�Supplies (May 14) 52.225-3 Buy American Act �Free Trade Agreements � Israeli Trade Act (May 14) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer� System for Award Management (Oct 18) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003 Agency Office of the Inspector General (Aug 2019) *252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7008 Compliance with Safeguarding Defense Information Controls (Oct 16) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information (Oct 16) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) *252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal or State Law (Deviation 2012-0007) (Mar 12) *252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2012-O0004) (Jan 12) 252.211-7003 Item Identification and Valuation (Mar 16) 252.211-7006 Passive Radio Frequency Identification (Dec 2019) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 10) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluation (Sep 19) *252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 15) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute�Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 17) 252.225-7008 Restriction on Acquisition of Specialty Metals (Mar 13) 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (Dec 19) *252.225-7010 Commercial Derivative Military Article�Specialty Metals Compliance Certificate (Jul 09) 252.225-7012 Preference for Certain Domestic Commodities (Dec 17) 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 05) *252.225-7020 Trade Agreements Certificate (Nov 14) 252.225-7021 Trade Agreements (Sep 19) *252.225-7031 Secondary Arab Boycott of Israel (Jun 05) *252.225-7035 Buy American�Free Trade Agreements�Balance of Payments Program Certificate (Nov 14) 252.225-7036 Buy American Act--Free Trade Agreements Balance of Payments Program (Dec 17) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 18) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 18) 252.232-7010 Levies on Contract Payments (Dec 06) 252.239-7018 Supply Chain Risk (Feb 19) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 13) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 10) with the following fill-in: AFICA/OL-SPC, Director of Contracting, 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554- 5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) The full text of these clauses and (*) provisions may be assessed electronically at the website: https://www.acquisition.gov/content/regulations. Attachment: Statement of Work 3 Apr 2020
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/be2649d323a1452996b760ade6e26cbf/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05612713-F 20200409/200407230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.