Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2023 SAM #7771
SOLICITATION NOTICE

30 -- Wheels and Bearings

Notice Date
3/6/2023 11:07:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
W6QK LAD CONTR OFF CHAMBERSBURG PA 17201-4150 USA
 
ZIP Code
17201-4150
 
Solicitation Number
W911N223QDR07
 
Response Due
3/15/2023 9:00:00 AM
 
Archive Date
03/30/2023
 
Point of Contact
Danielle Rhone, Phone: 7172678480
 
E-Mail Address
danielle.r.rhone.civ@army.mil
(danielle.r.rhone.civ@army.mil)
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W911N223QDR07 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is posted as unrestricted. The anticipated award will be a Firm Fixed Price Contract or Firm Fixed Priced Blanket Purchase Agreement Call. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2023-1. The North American Industry Classification System (NAICS) code is 333924. The size standard for this code is 750 employees. This Requirement is for Brand Name parts only. See attachment #1 for Brand Name J&A. Rear Wheel Assembly, Dematic Corporation, P/N: 24225P-0001, QTY 4 EA Bearing, Pillow Block, Dematic Corporation, P/N: 25Q79, QTY 8 EA Idler Wheel, Dematic Corporation, P/N: 213E20001D1, QTY 3 EA Wheel Shaft, Dematic Corporation, P/N: 310F2140, QTY 4 EA Bearing Assembly, Dematic Corporation, P/N: 0270077-001, QTY 4 EA Idler Wheel, Dematic Corporation, P/N: 313E60, QTY 1 EA All items shall be delivered FOB DESTINATION to: Office of Strategic Management Bldg 370 ASRS Door 18 AMLD-PLX Letterkenny Army Depot Chambersburg, PA 17201-4150 APPLICABLE CLAUSES: Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (NOV 2021) applies to this acquisition. The following addendum is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed�warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Paragraph (c) is changed to read: Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. FAR 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (NOV 2021) -- Alternate I (JUN 2020) FAR 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions (SEP 2007) FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (JUN 2020) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) FAR 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercials Services (DEVIATION 2023-O0002) (DEC 2022) Alternate I (OCT 2014) FAR 52.212-4 Contract Terms and Conditions--Commercial Items (DEC 2022) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (DEVIATION 2018-O0021) (DEC 2022) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (JUN 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-15 Stop-Work Order (AUG 1989) FAR 52.247-34 F.O.B. Destination (NOV 1991)FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998) FAR 52.252-2 Clauses incorporated by reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (NOV 2020) FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020)DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022) DFARS 252.204-7003 Control Of Government Personnel Work Product (APR 1992) DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation (DEC 2019) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation (MAY 2021) DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism (MAY 2019) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2022) DFARS 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) DFARS 252.225-7001 Buy American And Balance Of Payments Program-- Basic (JUN 2022) DFARS 252.225-7002 Qualifying Country Sources As Subcontractors (MAR 2022) DFARS 252.225-7048 Export-Controlled Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7001 Pricing Of Contract Modifications (DEC 1991) DFARS 252.244-7000 Subcontracts for Commercial Items (DEC 2022) DFARS 252.247-7023 Transportation of Supplies by Sea (FEB 2019) IMPORTANT NOTICES: 1. RFQ submission must be in accordance with solicitation; 2. All Amendments, if applicable, must be acknowledged; 3. Questions concerning this notice must be submitted to the Points of Contact as indicated in this announcement. 4. Offers shall only be submitted electronically to the email address of the Point of Contact as indicated in this announcement. 5. System for Award Management (SAM): In accordance with FAR 4.1102 Policy, Offerors shall be registered in the SAM database in order to be eligible for contract award. No award will be made to an Offeror not registered. Registration can be accomplished at https://sam.gov/content/entity-registration. Registration in this database shall remain active. There has been a recent SAM requirement for submission of notarized letters for all new vendor registrants, and for renewals of existing registrations. Please check your SAM registration and if the registration is due for renewal in the next�few months, it is important to start that process immediately. For additional information on notarized letters, visit�https://www.fsd.gov/gsafsd_sp?id=kb_article_view&sysparm_article=KB0016652&sys_kb_id=8cfe46491b1cb8909ac5ddb6bc4bcbbb&spa=1. 6. Annual Representations and Certifications: In accordance with FAR 4.1201 Policy,� Offerors shall complete electronic annual representations and certifications within SAM as part of required registration. Registration in this database shall remain active and can be accessed at https://sam.gov/content/entity-registration. 7. Payment: Payment for this action will be made by Electronic Funds Transfer (EFT) through the Defense Finance and Accounting Services (DFAS) utilizing Wide Area Work Flow (WAWF). See DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions for more information. 8. Award will be made based upon lowest price alone. 9. Questions regarding this RFQ must be sent by email to Danielle Rhone at danielle.r.rhone.civ@army.mil Response Time- Request for Quotation will be accepted at the Letterkenny Army Depot, 1 Overcash Ave, ACC-Redstone-LEAD, Bldg 2S, Chambersburg, PA 17201 not later than 12:00 P.M. Eastern Daylight Time on 15 March 2023. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd5af9ef454142b2954bcd8224329cdf/view)
 
Record
SN06609476-F 20230308/230306230105 (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.