Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
SOLICITATION NOTICE

79 -- Floor Sweeper

Notice Date
7/15/2025 11:21:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335210 — Small Electrical Appliance Manufacturing
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
W9127Q25QA012
 
Response Due
7/23/2025 8:00:00 AM
 
Archive Date
08/07/2025
 
Point of Contact
Reggie Clark, Phone: 601-313-1565, Laurie C. Morris, Phone: 6013131663
 
E-Mail Address
reginald.m.clark.civ@army.mil, laurie.c.morris3.civ@army.mil
(reginald.m.clark.civ@army.mil, laurie.c.morris3.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as a supplemented additional information in the notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation number W9127Q25QA012 is being issued as a Request for Quotation (RFQ) with Open Market Pricing. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2024-05, Effective April 22, 2024, and the Defense Federal Acquisition Regulation (DFARS) Publication Notice (DPN) dated January 17, 2025. This requirement is a small business set aside under NAICS 335210 with a size standard of 1500 Employees. The Mississippi Army National Guard (MSARNG) has a requirement for Floor Sweeper. See Salient Characteristics for the full scope of work. ***********Country of Origin must be included************** CLIN 0001: Floor Sweeper The machine shall have a 36-volt battery system. The machine shall include a standard battery package of at least 360 AH. The machine display shall include an hour meter and battery discharge indicator. The machine shall have standard on-board diagnostic capabilities. The machine shall be capable of scrubbing with one-button operation to control all scrubbing functions. The machine shall be equipped with a seat with a seat belt. The machine shall have a cleaning path of 36 inches with two disk brushes. The disk brushes shall have up to 250 pounds down pressure. One set of disk brushes shall be included as standard with the machine. The disk brushes shall be able to be changed without the use of tools. The disk scrub head shall be entirely within the machine frame. The machine shall have a solution tank with a minimum capacity of 50 gallons. The machine shall have a solution empty and recovery tank full indicator. The machine shall have a recovery tank debris tray. Pre Sweep -- The machine shall have a separate, pre-sweeping attachment for dry sweeping. The pre sweeping option shall have dual side brushes. The pre-sweep attachment shall have a debris hopper capacity of 1. 5 cubic feet. The pre-sweeping attachment shall have dust control using a 1 filter bag. The machine shall have an internal, welded steel frame for structure and strength. The machine shall have stainless steel hardware in vital components below the bumper. The machine shall have color-coded and numbered wiring. The machine shall meet Underwriter Laboratory�s specifications for Type ES and have a UL certification label affixed to the machine. The machine shall have a seat switch which prohibits machine operation when the seat is unoccupied. The machine shall have an automatic parking brake. The machine shall have a steering wheel that allows all scrubbing functions to be completed without taking your hands from the steering wheel. The machine shall have propelling and brake pedals laid out for a single foot operation like an automobile. The machine shall carry a 36-month or 2,000-hour factory parts warranty. The machine shall carry a 24-month labor and 6 months travel factory warranty. The machine manufacturer shall have a local Factory-Direct Service. The machine manufacturer shall provide an operator�s manual and training video at no charge. The machine manufacturer shall have parts and service manuals readily available at time of machine purchase. The machine shall be delivered complete and ready for operation. The machine shall include service level reminders for the operator. Once delivered, a factory-direct sales representative shall install the machine on- site. Delivery to: Camp Shelby Central Issue Facility BLDG 6565 South Gate Rd. Hattiesburg, MS 39407 Delivery: FOB Destination within 4-6 weeks ARO Basis of Award: The government intends to award a purchase order to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government in accordance with FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106 and is based on Best Value to the Government in terms of (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past Performance History. Technical shall be weighted higher than price. To ensure a timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) Price quote to include an itemized description of what is included in the quote (2) detailed specifications and product literature that sufficiently describe the product(s) being offered. (3) Lead time for delivery. Must include pictures. Note: Quotes submitted without detailed product information and/or only restate the government provided specification will not be considered acceptable and shall be removed from further consideration. This notice does not obligate the Government to award the contract; it does not restrict the government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Only firm fixed price offers will be evaluated. Along with your quote, please provide the country of origin for the products quoted, the Company Name with CAGE Code, TIN, UEI and Company POC with contact information (email and telephone number). Prompt payment discount terms (i.e. Net 30). SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for an award of a contract. To register online go to http://www.sam.gov. It is the contractors' responsibility to be familiar with applicable Clauses and Provisions. Clauses and provisions incorporated by reference may be accessed via https://www.acquisition.gov/. Please see attached listing of Clauses and Provisions. The deadline for receipt of quotes is 10:00 A.M. Central Daylight Time (CDT), Wednesday, July 23, 2025. Please email quote to reginald.m.clark.civ@army.mil and laurie.c.morris3.civ@army.mil. All questions concerning this requirement must be submitted by Friday, July 18, 2025, at 1:00 PM CDT. Questions will be answered via an amendment to this solicitation. Questions are to be submitted electronically to reginald.m.clark.civ@army.mil and laurie.c.morris3.civ@army.mii. Please ensure the solicitation number ""W9127Q25QA012 - Floor Sweeper"" is included in the subject line of all email correspondence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a41805fe40d64f33a66c56b5c6c0e82f/view)
 
Place of Performance
Address: Flowood, MS 39232, USA
Zip Code: 39232
Country: USA
 
Record
SN07510587-F 20250717/250715230052 (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.