Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
DOCUMENT

39 -- Electric Pallet Jack for Malmstrom AFB - Specifications

Notice Date
9/17/2008
 
Notice Type
Specifications
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2WTB38255A002
 
Archive Date
10/7/2008
 
Point of Contact
Allison S. Gawlinski,, Phone: 460-731-4018, John R. Sidor,, Phone: 406-731-4554
 
E-Mail Address
allison.gawlinski@malmstrom.af.mil, john.sidor@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION RHS ELECTRIC PALLET JACK, MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2WTB38255A002. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This solicitation is 100 percent set-aside for small business. The North American Industry Classification System (NAICS) code is 333924 with a size standard of 750 employees. (v) Contractors shall submit quotes on the attached specifications. (vi) The purpose of this combined synopsis and solicitation is for the purchase of one electric pallet jack for Malmstrom AFB, MT. (vii) Delivery requested no later than 90 days after date of contract. FOB: Destination, at: 819th Red Horse Squadron 6940 1st Ave North, Bldg 1447 Malmstrom AFB, MT 59402 (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Quotes will be evaluated on price, price related factors and ability to meet specifications. (x) THE OFFEROR MUST INCLUDE A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. OFFEROR REPRESENTATIONS AND CERTIFICATIONS SHALL BE COMPLETED ON THE ORCA WEBSITE, HTTP://ORCA.BPN.GOV, AND CURRENT AS OF 18 AUGUST 2008. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (xii) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2006) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xii) The following clauses also apply to this acquisition: -FAR 52.204-7, Central Contractor Registration (Oct 2003) -FAR 52.232-1, Payments (Apr 1984) -FAR 52.233-3, Protest After Award (Aug 1996) -FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://ww.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/html (End of clause) -DFARS 252.204-7004, Central Contractor Registration Alternate A (Nov 2003) -DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 1993) -DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (June 2005) -DFARS 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) -DFARS 252.225- 7001, Alt. I, Buy American Act and Balance of Payment Program -DFARS 252.225-7016, Restriction on Acquisition of ball and roller bearings, Alternate I -DFARS 252.232-7003, Electronic Submission of Payment Requests. -DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (JUN 2006) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) -AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiii) DPAS Rating does not apply to this acquisition. (xiv) Numbered notes #1 applies to this acquisition. (xv) Quotes are required to be received no later than 12:00 PM MST, Monday 22 September 2008. All quotes must be faxed to (406) 731-4005 or emailed to allison.gawlinski@malmstrom.af.mil to the attention of Lt Allison Gawlinski. (xvi) Direct your questions to the same at (406) 731-4018 or e-mail address allison.gawlinski@malmstrom.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=07f261ed39966b379f12f990bcaf7894&tab=core&_cview=1)
 
Document(s)
Specifications
 
File Name: Attached are the specifications for the electric pallet jack. (Specifications.doc)
Link: https://www.fbo.gov//utils/view?id=d6156d11b2c0453c943838a0b6d42f4e
Bytes: 32.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 819th Red Horse Squadron, 6940 1st Ave North, Bldg 1447, Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN01673713-W 20080919/080917221907-07f261ed39966b379f12f990bcaf7894 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.