Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2024 SAM #8318
SOLICITATION NOTICE

39 -- Autonomous Mobile Robot (AMR) Pallet Mover with Scale

Notice Date
9/3/2024 10:27:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451024Q1035
 
Response Due
9/12/2024 9:00:00 AM
 
Archive Date
09/27/2024
 
Point of Contact
Chad Hankins, Phone: 2699615224
 
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
Amendment 3 (9/3/2024): This amendment is being issued to extend the date offers are due: From - September 4, 2024, 12:00 PM EDT To � September 12, 2024, 12:00 PM EDT (End of Amendment 3) Amendment 2 (8/26/2024): This amendment is being issued to extend the date offers are due: From - August 26, 2024 12:00 PM EDT To � September 4, 2024, 12:00 PM EDT (End of Amendment 2) Amendment 1 (8/21/2024): This amendment is being issued to answer four offeror questions: Q1. We meet every requirement except for size. Is this designed for a platform-style AMR? (A1) The AMR needs to be able to move/relocate standard size pallets, this is for one each AMR Pallet Mover with Scale. Q2. Seegrid makes full size power industrial vehicle AMRs such as tow tractors and forklifts up to 15' lift and 4000 lb. (A2) Currently, DLA is not looking for a full-size power industrial vehicle AMRs such as tow tractors and forklifts up to 15� lift and 4000 lb. Also, see answer to question 1. Q3. With a forklift AMR you wouldn't need pallet stanchions as they could pick/drop from ground or height. �(A3) Noted, this Requirement is for an Autonomous Mobile Robot (AMR) Pallet Mover with Scale. Also, see answer to question 2 Q4. Does this project require the vendor to have ITAR or Fedramp compliance? (A4) No, initial attempts will not be interconnected to SAP/WMS, this should be independent and separate. (End of Amendment 1) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 is SP4510-24-Q-1035 and being issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-05.� See attached Statement of Work and applicable provisions and clauses. This is a 100 percent Small Business Set Aside for Autonomous Mobile Robot (AMR) Pallet Mover with Scale for DLA Disposition Columbus. The NAICS code is 333924 with a size standard of 900 employees and the requirement will result in a Firm Fixed Priced contract. A non-manufacturer rule class waiver for the above listed NAICS code is applicable to this acquisition. Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program. To accomplish this mission, DLA Disposition Services is seeking to purchase an Autonomous Mobile Robot (AMR) Pallet Mover with Scale in accordance with the attached Statement of Work (SOW) for DLA Disposition Services Columbus, Ohio.� Site Location: 3990 E Broad St, Columbus, OH 43213. Building 30, Bay 1. (see SOW section 5 for more information) Offers are due at 12:00 PM Eastern Time (United States), on 26 August 2024. Email quotes to chad.hankins@dla.mil. Questions are due 19 August 2024 by 12:00 PM Eastern Time and must be submitted in writing via email to chad.hankins@dla.mil. Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote. The following provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1 (Instructions to Offerors � Commercial Items (Sep 2023) 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, 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) (FEB 2024) 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) (NOV 2023) applies to this procurement. E. �FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (MAY 2024) 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) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2024) 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-25, Affirmative Action Compliance (APR 1984) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combatting Trafficking in Persons (NOV 2021) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messages While Driving (MAY 2024) 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) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems NOV 2021 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) 52.223-20, Aerosols (MAY 2023) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.247-34, FOB Destination (NOV 1991) 52.252-6, Authorized Deviations in Clauses (NOV 2020) The following FAR provisions 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) 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016) 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) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) 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. (NOV 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 (FEB 2024) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 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) 252.244-7000, Subcontracts for Commercial Items (NOV 2023) 252.246-7008, Sources of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea-Basic (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. (NOV 2023) 252.204-7024 Notice on the Use of the Supplier Performance Risk System MAR 2023 252.225-7000, Buy American � Balance of Payments Program Certificate - Basic (NOV 2014) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) The following DLAD provision applies to this procurement: DLAD 5452.233-9001 DISPUTES � AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020) DLAD Procurement Notes: C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (SEP 2016) L06 Agency Protests (DEC 2016) Interested parties may file an agency level protest with the contracting officer or may request an independent review by the chief of the contracting office (CCO). Independent review by the CCO is an alternative to consideration by the contracting officer and is not available as an appellate review of a contracting officer decision on a protest previously filed with the contracting officer. Absent a clear indication of the intent to file an agency level protest with the CCO for independent review, protests will be presumed to be protests to the contracting officer. * Note that a Reverse Auction under this action is possible per applicable DLA coverage, with that coverage/instructions to be provided if a Reverse Auction is utilized.� Firm�s submitting proposals under this action agree to participate in the Reverse Auction if it occurs and acknowledge it as a possible negotiation tool being used by the Government under this action, this does not mean firms are required to lower their submitted prices if they choose not to. L09 Reverse Auction (OCT 2016) The Contracting Officer may utilize reverse auctioning to conduct price discussions. If the Contracting Officer does not conduct a reverse auction, award may be made on initial offers or following discussions. If the Contracting Officer decides to use line reverse auctioning to conduct price negotiations, the Contracting Officer will notify Offerors of this decision and the following applies: (1) The contracting officer may use reverse auction as the pricing technique during discussions to receive the final offered prices from each offeror. (2) During each round of reverse auction, the system displays the lowest offer price(s) unless the auction instructions are different. All offerors and authorized auction users see the displayed lowest price(s). This disclosure is anonymous and a generic identifier displays for the offeror. Generic identifiers include designators such as �offer A� or �lowest-priced offeror.� By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction. (3) An offeror�s final auction price at the close of the reverse auction is considered its final price proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the contracting officer decides that further discussions are needed and final price proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the contracting officer determines that it would be in the best interest of the Government to re-open the auction. (4) The contracting officer identifies participants to the DLA commercial reverse auction service provider. To be eligible for award and participate, the offeror must agree with terms and conditions of the entire solicitation and the commercial reverse auction service. The reverse auction pricing tool system administrator sends auction information in an email. The reverse auction system designates offers as ""lead,"" meaning the current low price in that auction, or ""not lead,"" meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as ""lead"" and the second or subsequent offer of that price as ""not lead."" If a tie offer is submitted and no evaluation factors other than price were identified in the solicitation or a low-price technically acceptable source selection is being used, the ""Not Lead� offeror that submitted the tie offer must offer a changed price; otherwise its offer will be ineligible for award. If evaluation factors in addition to price were listed in the solicitation and a tradeoff source selection is being used, tie offers that are ""Not Lead"" will be considered and evaluated. (5) Offerors unable to enter pricing through the commercial reverse auction service provider�s system during a reverse auction must notify the contracting officer or designated representative immediately. The contracting officer may, at their sole discretion, extend or re-open the reverse auction if the reason for the offeror�s inability to enter pricing is determined to be without fault on the part of the offeror and outside the offeror�s control. (6) Training. The commercial reverse auction service provider or government representative conducts training for offerors. Offerors receive training through written material, the commercial reverse auction service provider�s website, or other means. Trainers name employees successfully completing the training as a �Trained Offeror.� Only trained offerors may engage in a reverse auction. The contracting officer reserves the right to remove the �trained offeror� title from anyone who fails to obey the solicitation or commercial reverse auction service provider terms and conditions. INSTRUCTIONS TO OFFERORS: Submit quotes by email to chad.hankins@dla.mil no later than the specified date and 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 4:00 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. Valid quotes are to include the following: 1.� Completed price schedule: Price schedules are an attachment, responding firms are required to complete and return the attached price schedule to include all option periods (if applicable) and all line items within each period �(if applicable). 2.� Technical Submittal: All offerors shall submit the make, model, and technical salient characteristics of the Autonomous Mobile Robot (AMR) Pallet Mover with Scale 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 DUNS 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. Quotes received without the above identified information will not be considered for an award.� � EVALUATION: Quotations will be evaluated on a Lowest-Priced Technically-Acceptable basis.� Award will be made to firm that offers the lowest total cost to the Government for the entire item, after a pass/fail evaluation of the contractors� technical submittal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35e0cc9e50c241e6acaea46d15e94c8a/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN07195791-F 20240905/240903230118 (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.