Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOLICITATION NOTICE

W -- Straddle Carrier Rental - Richmond and Ft. Riley

Notice Date
9/20/2024 8:32:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451024Q1039
 
Response Due
9/23/2024 9:00:00 AM
 
Archive Date
10/08/2024
 
Point of Contact
Brandon Awkerman, Michael Mamaty
 
E-Mail Address
Brandon.awkerman@dla.mil, Michael.Mamaty@dla.mil
(Brandon.awkerman@dla.mil, Michael.Mamaty@dla.mil)
 
Description
Amendment 02 Amendment 02 is issued to provide answers to questions received.� Please see attachment ""Questions and Answers"" in the attachments portion of the solicication.� No other changes. =========================================================================================== Amendment 01 Amendment 01 is issued to extend the solicitation closing and question due dates.� This solicitation will now close September 23, 2024 at 12:00 PM Eastern Standard Time and questions will now be due September 15, 2024 at 3:00 PM Eastern Standard Time. ============================================================================================ DLA Disposition Services Richmond and Ft. Riley 6-month Straddle Carrier Rental SP4510-24-Q-1039 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 Straddle Carriers for rental is per the attached specifications, including delivery timeframes. This procurement is for Full and Open Competition, with a North American Industry Classification System (NAICS) code of 532490 and applicable Size Standard of $40 million. 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. Quotes are to be received no later than 3:00 p.m. Eastern Standard U.S. Time on the specified date, via email only to the designated Contracting Officer. See Attachment for the Bid Schedule and Specifications/Additional Terms.� All quotes shall be in U.S. Dollars 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(s).� Deliveries must be performed during normal installation work hours which are available from the POC(s), excluding Federal holidays. INSTRUCTIONS TO OFFERORS: Submit quotes by email to Michael.Mamaty@dla.mil and Brandon.Awkerman@dla.mil no later than September 18, 2024, at 3:00 P.M. Eastern Standard 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 bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items.� 2) Complete listing of CLIN specifications for each offered equipment item, fully demonstrating that each meets the required specifications in the attachment and price includes required delivery charges to and from Richmond and Ft. Riley. 3) Offerors shall provide the applicable CAGE code and Unique Entity Identifier 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 September 12, 2024 at 3:00 PM Eastern Standard 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. Award will be made to the firm that offers the lowest total cost to the Government for the entire requirement after a pass/fail evaluation of the contractors� provided technical submittals meeting or exceeding salient characteristics. The following additional FAR clauses apply to this procurement: 52.212-1 (Instructions to Offerors -- Commercial) (Nov 2021) Fill-in coverage: All offerors shall submit the make, model, and technical specifications of the rental Straddle Carriers being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met. 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 technically acceptable.� 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (Nov 2021) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I (Nov 2021) 52.212-4 (Contract Terms and Conditions -- Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.203-6�������� Restrictions on Subcontractor Sales to the Government--Alternate I�������� NOV 2021 52.203-19������ Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements������� JAN 2017 52.204-7�������� System for Award Management OCT 2018 52.204-10������ Reporting Executive Compensation and First-Tier Subcontract Awards�� JUN 2020 52.204-13������ System for Award Management Maintenance���� OCT 2018 52.204-16������ Commercial and Government Entity Code Reporting����� AUG 2020 52.204-17������ Ownership or Control of Offeror���������� AUG 2020 52.204-18������ Commercial and Government Entity Code Maintenance AUG 2020 52.204-20������ Predecessor of Offeror� AUG 2020 52.204-23������ Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 52.204-24������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment���������� NOV 2021 52.204-25������ Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment����� NOV 2021 52.204-26������ Covered Telecommunications Equipment or Services--Representation��� OCT 2020 52.204-27������ Prohibition on a ByteDance Covered Application���������� JUN 2023 52.209-6�������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment��������� NOV 2021 52.209-10������ Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1�������� Instructions to Offerors�Commercial Products and Commercial Services���������� SEP 2023 52.212-2�������� Evaluation�Commercial Products and Commercial Services���� NOV 2021 52.212-3�������� Offeror Representations and Certifications�Commercial Products and Commercial Services������ MAY 2024 52.212-3�������� Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I��������� FEB 2024 52.212-4�������� Contract Terms and Conditions�Commercial Products and Commercial Services���������� NOV 2023 52.212-5�������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services������ MAY 2024 52.216-18������ Ordering��������� AUG 2020 52.216-19������ Order Limitations�������� OCT 1995 52.216-20������ Definite Quantity��������� OCT 1995 52.219-4�������� Notice of Price Evaluation Preference for HUBZone Small Business Concerns��� OCT 2022 52.219-8�������� Utilization of Small Business Concerns FEB 2024 52.219-28������ Post-Award Small Business Program Re-representation� MAR 2023 52.222-19������ Child Labor�Cooperation with Authorities and Remedies�������� FEB 2024 52.222-20������ Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000��� JUN 2020 52.222-21������ Prohibition of Segregated Facilities������ APR 2015 52.222-22������ Previous Contracts and Compliance Reports����� FEB 1999 52.222-25������ Affirmative Action Compliance APR 1984 52.222-26������ Equal Opportunity������� SEP 2016 52.222-35������ Equal Opportunity for Veterans JUN 2020 52.222-36������ Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37������ Employment Reports on Veterans��������� JUN 2020 52.222-40������ Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-50������ Combating Trafficking in Persons�������� NOV 2021 52.223-11������ Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons��� MAY 2024 52.223-20������ Aerosols��������� MAY 2024 52.223-21������ Foams� MAY 2024 52.223-22������ Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation�� DEC 2016 52.223-23������ Sustainable Products and Services�������� MAY 2024 52.225-13������ Restrictions on Certain Foreign Purchases��������� FEB 2021 52.226-8�������� Encouraging Contractor Policies to Ban Text Messaging While Driving� MAY 2024 52.232-33������ Payment by Electronic Funds Transfer�System for Award Management OCT 2018 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 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 252.203-7005�� Representation Relating to Compensation of Former DoD Officials�������� SEP 2022 252.204-7003�� Control of Government Personnel Work Product APR 1992 252.204-7008�� Compliance with Safeguarding Covered Defense Information Controls�� OCT 2016 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting���������� MAY 2024 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION)���������� MAY 2024 252.204-7015�� Notice of Authorized Disclosure of Information for Litigation Support��� JAN 2023 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 252.204-7018�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�� JAN 2023 252.204-7019�� Notice of NIST SP 800-171 DoD Assessment Requirements������ NOV 2023 252.204-7020�� NIST SP 800-171 DoD Assessment Requirements��������� NOV 2023 252.204-7022�� Expediting Contract Closeout��� MAY 2021 252.204-7024�� Notice on the use of the Supplier Performance Risk System������� MAR 2023 252.211-7003�� Item Unique Identification and Valuation���������� JAN 2023 252.211-7008�� Use of Government-Assigned Serial Numbers��� SEP 2010 252.215-7007�� Notice of Intent to Resolicit����� MAR 2022 252.215-7008�� Only One Offer DEC 2022 252.223-7008�� Prohibition of Hexavalent Chromium��� JAN 2023 252.225-7000�� Buy American--Balance of Payments Program Certificate--Basic FEB 2024 252.225-7001�� Buy American and Balance of Payments Program--Basic FEB 2024 252.225-7012�� Preference for Certain Domestic Commodities�� APR 2022 252.225-7052�� Restriction on the Acquisition of Certain Magnets and Tungsten MAY 2024 252.225-7055�� Representation Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7056�� Prohibition Regarding Business Operations with the Maduro Regime����� JAN 2023 252.225-7059�� Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation����������� JUN 2023 252.225-7060�� Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region������ JUN 2023 252.227-7015�� Technical Data�Commercial Products and Commercial Services���������� MAR 2023 252.227-7037�� Validation of Restrictive Markings on Technical Data��� JAN 2023 252.232-7003�� Electronic Submission of Payment Requests and Receiving Reports������� DEC 2018 252.232-7006�� Wide Area WorkFlow Payment Instructions������ JAN 2023 252.232-7010�� Levies on Contract Payments��� DEC 2006 252.244-7000�� Subcontracts for Commercial Products or Commercial Services� NOV 2023 252.246-7008�� Sources of Electronic Parts������� JAN 2023 252.247-7023�� Transportation of Supplies by Sea--Basic���������� JAN 2023
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bb94922e10fa4a04b3d86f7524ef0721/view)
 
Place of Performance
Address: Battle Creek, MI, USA
Country: USA
 
Record
SN07219577-F 20240922/240920230117 (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.