Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
SOLICITATION NOTICE

39 -- 2 Post Truck Lift

Notice Date
9/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333921 — Elevator and Moving Stairway Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3WV4237A901
 
Archive Date
10/3/2014
 
Point of Contact
Monica A. Harvey, Phone: 2088284656
 
E-Mail Address
monica.harvey@us.af.mil
(monica.harvey@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a RFQ, F3F3WV4237A901. Submit written quotes only, oral quotes will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, effective 25 Aug 2014 and through Department of Defense Acquisition Regulation Change Notice 20140828, effective 28 Aug 2014. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued unrestricted. North American Industrial Classification Standard: 333921; Small Business Size Standard: 500 (v) Contract Line Items: Brand name or Equal CLIN 0001 - 1 Each - Mohawk PK-30E, 30,000-pound 2-Post Truck Lift; Includes: - Twin 2 h.p. motors - 88 inch rise - Roller bearings - Electronic Control - Clear floor - No overhead beam - No equalizing cables - Low Profile Arms - Single point lock release - Arm Restraint CLIN 0002 - 1 Each - Install Mohawk PK-30E, 30,000-pound 2-Post Truck Lift. Installation location is confirmed 8 inch thick reinforced 4000 psi concrete. Install includes: - Unload/place lift in installation location - Uncrate and inspect lift - Erect lift columns and anchor to existing concrete floor - Assemble lift - Install hydraulic lines above lift from one column to other - Install power unit(s) - Provide initial hydraulic service with oil fill and line purge - Test lift for proper and safe operation - Make required lift adjustments - Operational Check (vi) Vehicle truck lift (vii) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. ADDENDUM TO FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS QUOTE/PROPOSAL INSTRUCTIONS: Quote shall specify the Total Price. Quotes will be evaluated for completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government intends to offer a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Vendors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. (1) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of quotes. The vendor agrees to hold the prices submitted in response to the request for quotations firm for 30 calendar days from the date specified for receipt of quotes. This is required to allow the Government to conduct a fair comparison of the quotations. It also allows adequate time for the acquisition process to be accomplished while maintaining confidence that price quotes are accurate at the time the Government makes an offer. (ix) The provision at FAR 52.212-2 Evaluation -- Commercial Items, does not apply to this acquisition. EVALUATION PROCEDURES TO BE USED: The evaluation will be based on price only (all line items shall be priced). The vendor's initial quote shall contain the vendor's best terms from a price standpoint. The Government reserves the right to make no award as a result of this solicitation. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at System for Award Management (SAM) website. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiii) The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.209-6 Protecting the Government's when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.219-28 Post-Award Small Business Representation; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232.7006 Wide Area Workflow Payment Instructions; and AFFARS 5352.201-9101 Ombudsman (see below POC). **Lt Col Tonney Kaw-uh, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: tonney.kawuh@langley.af.mil.** (xiv) Defense Priorities and Allocation System (DPAS)- Not applicable (xv) SOLICITATION RESPONSES must be received no later than 12:00 pm Mountain Daylight Time 18 September 2014 at 366TH Contracting Squadron/LGCA2, Suite 498, Bldg 512, Mountain Home AFB, ID 83648. Quotes received after the submission deadline will not be considered. An official representative of your company shall submit the quote. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. (xvi) Point of Contact: 2LT Monica Harvey, Contracting Specialist, Ph. 208-828-4656, e-mail: monica.harvey@us.af.mil. PLACE OF PERFORMANCE: Mountain Home AFB, ID 83648.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3WV4237A901/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN03504057-W 20140912/140910234851-9000af3326209dce85c6b3b49e4445d6 (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.