Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2021 SAM #7155
SOLICITATION NOTICE

69 -- 183 CES Heavy Equipment Simulator

Notice Date
7/2/2021 9:09:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 183 SPRINGFIELD IL 62707-5003 USA
 
ZIP Code
62707-5003
 
Solicitation Number
W50S7U-21-Q-0007
 
Response Due
7/23/2021 10:00:00 AM
 
Archive Date
08/07/2021
 
Point of Contact
Brent D. Keller, Phone: 2177571251, Alicia C. Braun, Phone: 2177571265
 
E-Mail Address
Brent.Keller.1@us.af.mil, Alicia.Braun@us.af.mil
(Brent.Keller.1@us.af.mil, Alicia.Braun@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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; offers are being requested and a written solicitation will not be issued. (ii This solicitation, W50S7U-21-Q-0007 is being issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05, effective 10 March 2021. (iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 333318 and the small business size standard is 1,000 Employees. (v) Commercial Item Descriptions: �CLIN0001��Base Unit, Qty: 1 EA. The contractor is to provide all personnel, management, tools, equipment, materials, supplies, transportation, labor, and supervision necessary to supply a heavy equipment simulator that at a minimum has a motion platform, frame, seat with seatbelt, computer, 3 frontal monitors and stands, and 1 rear monitor and stand. The simulator will have conversion kits that have controls, switches, and dials, peddle plates, and stands for training, technical support for at least one year. CLIN0002 Bull Dozer Conversion Kit, Qty: 1 EA. The conversion kit will include any controls, switches, dials, peddle plates, and stands necessary to simulate bulldozer operation. CLIN0003 Hydraulic Excavator Conversion Kit, Qty: 1 EA. The conversion kit will include any controls, switches, dials, peddle plates, and stands necessary to simulate excavator operation. CLIN0004 Tracked Tractor Conversion Kit, Qty: 1 EA. The conversion kit will include any controls, switches, dials, peddle plates, and stands necessary to simulate tractor operation. CLIN0005 Grader Conversion Kit, Qty: 1 EA. The conversion kit will include any controls, switches, dials, peddle plates, and stands necessary to simulate grader operation. (vi) The vendor will provide a heavy equipment simulator. Contractor is required to provide installation and shipping and any other personnel, equipment, tools, management, supervision, transportation, quality control, and other items and services necessary to provide a full functional simulator. The Government intends to award a contract to the offeror who offers the best value to the Government.� The offer should be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform all requirements. The offer should be practical, legible, clear, and coherent. The Contracting Officer will award a contract to the responsible Offeror whose�quote conforms to the solicitation/synopsis and offers the best overall value to the Government. The Government will not award a contract to an Offeror whose submittal does not adhere to submission requirements. �(vii) The product will be delivered to 183d Wing, Building 15 - �Logistics Readiness Squadron, 3101 J David Jones Parkway with FOB Destination. Initial installation will be provided by the vendor at the location within 120 days of contract award. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision.� (ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. (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, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical of which�Price is signnificantly more important. �An assessment of each offeror�s ability to accomplish the technical requirements will be conducted to detrimine techmnical cababilty.� Submission Requirements: Vendors shall submit their Response to the Request for Quote in two volumes entitled Volume I - Company Name Technical Capability Package, Volume II - Company Name Price Package. Vendors must submit the Organizational Conflict of Interest Plan (if applicable). A successful Offeror will address all items within the addenda of this provision. (x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-15, Energy Efficiency in Energy-Consuming Products. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic funds Transfer - System for Award Management. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following provisions are incorporated into this solicitation by reference: FAR 52.204-16, Commercial and Government Entity Code Reporting. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. DFARS 252.225-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated into this solicitation by reference: FAR 52.204-18, Commercial and Government Entity Code Maintenance. FAR 52.232-39, Unenforceability of Unauthorized Obligations. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, F.O.B. Destination. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARs 252.211-7008, Use of Government Assigned Serial Numbers. DFARS 252.223-7008, Prohibition of Hexavalent Chromium. DFARS 252.225-7001, Buy American and Balance of Payments Program. DFARS 252.225-7048, Export Controlled Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.244-7000, Subcontracts for Commercial Items. DFARS 252.247-7023, Transportation of Supplies by Sea. The following provisions are incorporated by full text. DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate. (Offerors shall include completed copies of the certifications within the following provisions with their offer.) The following clauses are incorporated by full text. FAR 52.222-36, Equal Opportunity for Workers with Disabilities. FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.211-7003, Item Unique Identification and Valuation. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. (xiii) A statement regarding any additional contract requirement(s) or terms and conditions are included within the Statement of Work dated 27 May 2021. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) Reserved Offers are due at 12:00 PM Central Standard Time on Friday,�23 July�2021, at 183 MSC/MSC, ATTN: CMSgt Brent Keller, 3101 J David Jones Parkway, Springfield, IL 62707. Offers may be submitted by mail or e-mailed to : Alicia.Braun@us.af.mil AND Brent.Keller.1@us.af.mil. Questions regarding this solicitation may be emailed to the point of contact above. (xvi) Information regarding the solicitation may be directed to the point of contact above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e1d7e6e165c14f6682f7fcbc892eedf8/view)
 
Place of Performance
Address: Springfield, IL 62707, USA
Zip Code: 62707
Country: USA
 
Record
SN06050886-F 20210704/210702230114 (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.