Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

49 -- HEAVY DUTY VEHICLE REPAIR SHOP EQUIPMENT

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Army CSTC & FHL Headquarters, Fort Hunter Liggett, Jolon, CA 93928
 
ZIP Code
93928
 
Solicitation Number
W912CJ-14-T-0034
 
Response Due
8/1/2014
 
Archive Date
1/28/2015
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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.The solicitation number is W912CJ-14-T-0034 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 333921 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-08-01 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be JOLON, CA 93928 The MICC Moffett Field requires the following items, Meet or Exceed, to the following: LI 001: HEAVY DUTY TIRE CHANGER - Tire changer must be capable of removing large truck, construction, and fire truck tires. Tire maximum width must be 32# with connection of 208-230V/ 3 phase, power lift requirements capable of one person operation. Must be able to self center hydraulically and lift tire from ground. Maximum wheel base max should be 92.5#., 1, EA; LI 002: CART MOUNTED PRESSURE WASHER - Pressure washer should be cart mounted, electric powered, must have 5 gallon diesel burning tank, no less than 3000 PSI, 230v single phase, capable of rolling to locations, capable of hot water output, adjustable pressure settings., 1, EA; LI 003: HEAVY DUTY TIRE BALANCER - Tire Balancer must be able to balance large, medium and small tires, maximum tire weight should be 500 lbs, wheel balancer must be able to balance truck, bus, RV and automobile wheel and tire assemblies. Must be capable of handling wheel ranges from 12" to heavy-duty 24.5" to include "super-singles"., 1, EA; LI 004: BRAKE LATHE - Brake Lathe machine must have accurate and precision resurfacing of automobile and truck rotors, drums and flywheels, with "One-Cut" finish. Minimum 1hp motor, 110Volts, must be able to cut rotors and drums from 5# to 30#, drum facing width 9#. Must come with all attachments- Heavy duty bench, Foreign car 11#16# arbor kit, heavy-duty adapter set for 3#4 and 1 ton, arbor kits, backboard, wheel adapters, etc., 1, EA; LI 005: HEAVY DUTY LOW PROFILE SCISSOR LIFT - Need Scissor type hydraulic lift that will be sets on floor and capable of lifting 16,000 lbs. Lift needs to be able to use alignment attachments and plates to accomplish alignments. Needs to have heavy duty ramps, built in air line kit, have two 9,000lb capacity swing air jacks, inflation station, and power up handles low ground clearance for small and medium duty trucks., 1, EA; LI 006: ELECTRIC SYSTEM DIAGNOSTIC SYSTEM - Electric System Diagnostic station needs to be able to test starters, batteries, generators, alternators, voltage drop and load test, and check charging system. System needs to be able to connect to vehicles to test system on vehicle. Needs to come with all attachments- 10ft battery test cables, host adapters, all probes for testing fluid temperature, surface and air temperature. This system needs to come with an amp cable, DTAC elite, and cable drop cable., 1, EA; LI 007: VEHICLE SYSTEM ALIGNMENT MACHINE - Alignment Machine capable of aligning small, medium and large vehicles, must be able to do 4 wheel alignment, need turn table plates, laser alignment cameras mounted to each wheel, heavy duty self center adapters that fit 14.5-20.5 wheels, industrial wireless communication, and camera sensor systems., 1, EA; LI 008: VEHICLE SERVICE PNEUMATIC JACK - Vehicle service jacks designed to be used on all wheel type military vehicles, must have two point contact lifting system, mechanical lock allows jack to transform into vehicle stand, capable of lifting up to 25,000lbs. The vehicle service jacks must be pneumatically controlled., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Moffett Field intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Moffett Field is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 333921 with the related size standard of 500 employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote non-responsive. Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. Interested parties wishing to file an agency protest directly with the Contracting Officer responsible for this acquisition should review the procedures at FAR Part 33 and send your protest to LTC Cassandra Lawrence, at cassandra.p.lawrence.mil@mail.mil. Interested parties wishing to file an agency protest must abide by the provisions in FAR Part 33, Protests, Disputes, and Appeals. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527; Facsimile number (703) 806-8866 or 8875. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov Proposed responders must submit any questions concerning this solicitation before JULY 28th 2014 AT 7:00AM PACIFIC TIME ZONE to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5092924ecb84ab1462366769bd4b3dfb)
 
Place of Performance
Address: JOLON, CA 93928
Zip Code: 93928
 
Record
SN03423481-W 20140716/140714235020-5092924ecb84ab1462366769bd4b3dfb (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.