Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2023 SAM #7802
SOLICITATION NOTICE

38 -- Grapple Attachment

Notice Date
4/6/2023 10:44:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451023Q1040
 
Response Due
5/8/2023 9:00:00 AM
 
Archive Date
05/23/2023
 
Point of Contact
Chad Hankins, Phone: 2699675224
 
E-Mail Address
chad.hankins@dla.mil
(chad.hankins@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. �This is for a single award without options. The required item is per the attached specifications, including its delivery timeframes.� This procurement is a 100% Small Business Set-aside Solicitation with a North American Industry Classification System (NAICS) code of 333120, Small Business size standard is 1,250 Employees. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3).� If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://acquisition.gov �Quotes are to be received no later than 12:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. Attachments 1. Price Schedule 2. �Statement of Work (SOW) All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies.� Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays. A.� The provision at FAR 52.212-1 (Instructions to Offerors � Commercial Items (Mar 2023) B.� The provision at FAR 52.212-2 (Evaluation -- Commercial Items) (NOV 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price, including all options if any, meeting or exceeding the acceptability standards for non-cost factors (low price � technically acceptable).� The following non-cost factors will be used to evaluate offers: Salient characteristics. C. �In accordance with the provision FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items-Alternate 1) (OCT 2022) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. �FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) (DEC 2022) applies to this procurement. E. �FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (MAR 2023) applies to this procurement. The following FAR clauses apply to this procurement: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (JUN 2020) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; (NOV 2021) 52.204-25, Prohibition of Contracting for Certain telecommunications and Video Surveillance Services or Equipment; (NOV 2021) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (NOV 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28, Post-Award Small Business Program Re-representation (MAR 2023) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (DEC 2022); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50, Combatting Trafficking in Persons (NOV 2021); 52.222-55, Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (JUN 2020) 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (OCT 2018) The following additional FAR clauses apply to this procurement: 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18, Commercial and Government Entity Code Maintenance (AUG2020) 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) 52.225-13 Restrictions on certain foreign purchases (FEB 2021) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-1 Disputes (MAY 2014) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.242-13, Bankruptcy (JUL 1995) 52.247-34, FOB Destination (NOV 1991) 52.252-6, Authorized Deviations in Clauses (NOV 2020) The following FAR provisions clauses apply to this procurement: 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17, Ownership or Control of Offeror (AUG 2020) 52.204-20, Predecessor of Offeror (AUG 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26, Covered Telecommunications Equipment or Services � Representation (OCT 2020) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (JUN 2020) 52.252-5, Authorized Deviations in Provisions (NOV 2020) The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (JAM 2023) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7020, NIST SP 800-171 DoD Assessment Requirements. (JAN 2023) 252.204-7021, Cybersecurity Maturity Model Certification Requirements. (JAN 2023) 252.204-7022, Expediting Contract Closeout (MAY 2021) 252.211-7003, Item Unique Identification and Valuation (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)��������� 252.225-7001, Buy American and Balance of Payments Program - Basic (JAN 2023) 252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.225-7013, Duty-Free Entry (DEC 2022) 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (JUN 2015) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7974, Representation Regarding Persons that Have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Work Flow Payment Instructions (JAN 2023) (By reference, full text provided in award) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7001, Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2022) 252.244-7000, Subcontracts for Commercial Items (JAN 2023) 252.246-7003, Notification of Potential Safety Issues (JAN 2023) The following DFARS provisions apply to this procurement: 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (MAY 2021) 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements. (MAR 2022) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (DEC 2022) 252.225-7000, Buy American � Balance of Payments Program Certificate - Basic (NOV 2014) INSTRUCTIONS TO OFFERORS: Submit quotes by email to chad.hankins@dla.mil no later than May 8th, 2023, at 12:00 P.M. Eastern Time. �Attention should be noted to FAR 52.212-1(f), concerning late submissions. �The offeror bears the risk of non-receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.� Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: � 1)� The price schedule is attached and responding firms are required to complete and return the price schedule for the line item.� 2)� Technical submittal, all offerors shall submit the make, model, and technical specifications of the grapple attachment being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with section 2 of attachment 2 (Statement of Work). 3) Offerors shall provide the applicable CAGE code and Unique entity identifier number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than April 14th, 2023 at 2:00 PM Eastern Time. �In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation.� The Government is not responsible for answering questions received after this deadline. EVALUATION: Quotations will be evaluated on a Lowest-Priced Technically-Acceptable basis (LTPA).� Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (inclusive of options, if any) after a pass/fail evaluation of the contractors technical submittals meeting or exceeding salient characteristics as per Attachment 02. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8b72b0965d5a4953ab1dd4b91ff608fe/view)
 
Place of Performance
Address: Anniston, AL 36201, USA
Zip Code: 36201
Country: USA
 
Record
SN06642701-F 20230408/230406230116 (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.