Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
MODIFICATION

39 -- Electric Articulating Boom Lift with Jib and on board diesel generator charging batteries - Reps and Certs

Notice Date
12/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0009
 
Point of Contact
Ryan J. Huffman, Phone: 9375224617
 
E-Mail Address
ryan.huffman@wpafb.af.mil
(ryan.huffman@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ATCH 2: Minimum Requirements - Electric Articulating boom Lift with Jib and on boad Diesel Generator Charging Batteries ATCH 1: 52.213-3 - Offeror Representations and Certifications ****** Amendment 0002 - 8 December 2010 ****** ***** The purpose of this amendment is to reopen Solicitation FA8601-11-T-0009, which closed on 18 November 2010. The Government did not receive quotes from small business concerns that manufactured an Electric Articulating Boom Lift or that could supply one manufactured by another small business concern. Therefore the solicitation is reopened under full and open competition, with quotations and completed representations and certifications due by 3:00 pm on Wednesday, 15 December 2010 (Eastern Time). ***** ***** In order to be considered for possible award please submit your RFQ, before 03:00 pm on 15 December 2010, regardless if you submitted a quote for the last Solicitation due on 18 November 2010 or not. Only quotes received for this Amendment 0002 to Solicitation FA8601-11-T-0009 will be considered for possible contract award for FA8601-11-T-0009 - Electric Articulating Boom Lift. ***** *****This is a combined synopsis/solicitation for an Electric Articulating Boom Lift with jib and on board diesel generator charging batteries for Wright-Patterson Air Force Base (WPAFB), Ohio. The contractor shall provide all necessary materials to meet the requirements indicated in the attached minimum requirements (Attachment #2.) This is a commercial purchase prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0009 and is issued as a Request for Quotations (RFQ) and procurement of the required line items are conducted as a commercial item acquisition using Simplified Acquisition Procedures (SAP) IAW FAR Part 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-46, 29 October 2010. This acquisition is full and open competition under the North American Industry Classification System (NAICS) Code number 333293, size standard of 500 employees. Any business capable of providing the required items as described in the Minimum Requirements (Attachment #2) is eligible to submit a quote. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009), which is attached to this announcement (Attachment #1). The Government's preference is that offerors complete their Representations and Certifications online. This can be accomplished by registering in the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and completing the on-line Representations and Certifications. Offerors shall comply with FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). Offerors shall submit price quotations by providing offered unit prices, total prices and grand total price, including all shipping costs (Reference Attachment #2 -Minimum Requirements): CLIN 0001 - Electric Articulating Boom Lift - (Please see Minimum Requirements.) Quotations shall also include the requirements found in the Instructions to Offerors including the name, address and telephone number of the offeror's firm; point of contact's name, phone, and email address; quotation date; quotation number; any discounts; how long the quote is valid; lead time after receipt of order, etc. Quoted price shall be FOB DESTINATION. Quotations MUST contain a complete description of item offered to clearly show item meets all minimum requirements listed in Attachment #2. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil/. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as "RESERVED"]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote shall clearly demonstrate the offeror's capability to comply with and perform the requirements of the PWS. Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Aug 2009); 52.212-3 (Alt 1), Contractor Representations and Certifications - Commercial Items ; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post-Award Small Business Program Representation (April 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [End Fill In For 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001, Buy American Act and Balance of Payments (Jan 2009); - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023, Transportation of Supplies by Sea (May 2002) - 252.247-7023, Alt III Transportation of Supplies by Sea (May 2002) [End Fill In For 252.212-7001]; Be advised that the following local clause will be incorporated in full text in any resulting award. The Contracting Officer will make the full text available upon request. ASC G-001, Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions Attachments: 1. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) 2. Minimum Requirements Quotations AND completed representations and certifications are due by 3:00 pm on Wednesday, 15 December 2010 (Eastern Time): Ryan Huffman, ASC/PKOBA Fax: 937-656-1412 (ATTN: Ryan Huffman) Email: Ryan.Huffman@wpafb.af.mil E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. Mailing Address (*Note: Mail is not the preferred method; quotes must be received before notice closes): ATTN: Ryan Huffman ASC/PKOBA 1940 Allbrook Drive, Suite 3 Direct questions to Ryan Huffman at Phone 937-522-4617. **** Amendment 0001***** The purpose of this amendment is to add and include the clause 52.219-6, Notice of Total Small Business Set Aside, which was inadvertently left out of the original soliciation. Also, the question was asked what if the width was more than 5' 10" for the Machine. The answer is we will accept a width of no more than 6' 0". All other terms and conditions remain the same for this solicitation. **************************************************************** _________________________________________________________________________ This is a combined synopsis/solicitation for an Electric Articulating Boom Lift with jib and on board diesel generator charging batteries for Wright-Patterson Air Force Base (WPAFB), Ohio. The contractor shall provide all necessary materials to meet the requirements indicated in the attached minimum requirements (Attachment #2.) This is a commercial purchase prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0009 and is issued as a Request for Quotations (RFQ) and procurement of the required line items are conducted as a commercial item acquisition using Simplified Acquisition Procedures (SAP) IAW FAR Part 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-45, 01 October 2010. This acquisition is a 100% Small Business Set Aside under the North American Industry Classification System (NAICS) Code number 333293, size standard of 500 employees. Any Small Business capable of providing the required items as described in the Minimum Requirements (Attachment #2) is eligible to submit a quote. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009), which is attached to this announcement (Attachment #1). The Government's preference is that offerors complete their Representations and Certifications online. This can be accomplished by registering in the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and completing the on-line Representations and Certifications. Offerors shall comply with FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). Offerors shall submit price quotations by providing offered unit prices, total prices and grand total price, including all shipping costs (Reference Attachment #2 -Minimum Requirements): CLIN 0001 - Electric Articulating Boom Lift - (Please see Minimum Requirements.) Quotations shall also include the requirements found in the Instructions to Offerors including the name, address and telephone number of the offeror's firm; point of contact's name, phone, and email address; quotation date; quotation number; any discounts; how long the quote is valid; lead time after receipt of order, etc. Quoted price shall be FOB DESTINATION. Quotations MUST contain a complete description of item offered to clearly show item meets all minimum requirements listed in Attachment #2. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil/. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as "RESERVED"]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote shall clearly demonstrate the offeror's capability to comply with and perform the requirements of the PWS. Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Aug 2009); 52.212-3 (Alt 1), Contractor Representations and Certifications - Commercial Items ; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post-Award Small Business Program Representation (April 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [End Fill In For 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001, Buy American Act and Balance of Payments (Jan 2009); - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023, Transportation of Supplies by Sea (May 2002) - 252.247-7023, Alt III Transportation of Supplies by Sea (May 2002) [End Fill In For 252.212-7001]; Be advised that the following local clause will be incorporated in full text in any resulting award. The Contracting Officer will make the full text available upon request. ASC G-001, Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions Attachments: 1. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) 2. Minimum Requirements Quotations AND completed representations and certifications are due by 4:00 pm on Thursday, 18 November 2010 (Eastern Time): Ryan Huffman, ASC/PKOBA Fax: 937-656-1412 (ATTN: Ryan Huffman) Email: Ryan.Huffman@wpafb.af.mil E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. Mailing Address (*Note: Mail is not the preferred method; quotes must be received before notice closes): ATTN: Ryan Huffman ASC/PKOBA 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Direct questions to Ryan Huffman at Phone 937-522-4617.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0009/listing.html)
 
Record
SN02340881-W 20101210/101208234329-6a0aecc1a288caebaa89e596265844d6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.