Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
MODIFICATION

38 -- Rotary Broom Attachment for Gledhill Snow Plow

Notice Date
6/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
339994 — Broom, Brush, and Mop Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 115 MSG/MSC, WI ANG, 3110 MITCHELL STREET, BLDG 500, MADISON, Wisconsin, 53704-2591, United States
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-17-Q-1010
 
Archive Date
7/28/2017
 
Point of Contact
Scott E. Homner, Phone: 6082454524, Katherine I. Fox, Phone: 6082454524
 
E-Mail Address
scott.e.homner.mil@mail.mil, katherine.i.fox.mil@mail.mil
(scott.e.homner.mil@mail.mil, katherine.i.fox.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W912J2-17-Q-1010 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017, and Defense Acquisition Circular DPN 20161222, effective 22 Dec 2016. (iv) This RFQ is solicited as 100% Small Business set-aside. The NAICS code is 339994 with a small business size standard of 500 employees. (v) The Wisconsin Air National Guard is seeking the following item(s): CLIN 0001: One each rotary broom attachment for a Gledhill snow plow. (vi) Description of requirement: Provide and install a rotary broom attachment for a Gledhill snow plow, along with all required components to make a fully functional system. This is a brand name or equal requirement. The Government wishes to purchase a Wausau Rotary Broom, Model RBA3200, or an equivalent item with the following characteristics: • Length: 9 feet. • Brush diameter: 32 inches. • Tool-less ratcheting pattern adjustment. • Dual motor hydraulic drive (housed inside brush core). • 35 degree right/left angle (hydraulic). • Extra heavy duty tubular steel welded broom frame. • 13" diameter caster wheels, rotating, with height adjustment. • Broom head floats with side to side oscillation. • Polyethylene broom hood supported by welded frame. • Free flow check valve to protect hydraulic lines. • Compatible with 20-50 gpm hydraulic circuits. • Adjustable parking stands. • Loop style hook-up with pick chains. • In-line hydraulic cooler with electric fan. • Broom manifold. (vii) Delivery schedule shall be no longer than 60 days from date of contract. Item shall be delivered FOB destination to 3110 Mitchell St., Madison, WI 53704-2579. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) Evaluation will be based on lowest price technically acceptable. A firm fixed price contract is anticipated. (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote or be currently registered in the SAM website with Representations and Certifications 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 Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-22 Alternative Line Item Proposal 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.223-5 Pollution Prevention and Right to Know Information 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than 1:00 p.m. (central time), 13 July 2017. Quotes must be emailed to scott.e.homner@mail.mil. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. 2. Quotes must be valid until September 30, 2017. 3. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. (xvi) All questions shall be in writing. Questions shall be emailed to Scott Homner at scott.e.homner@mail.mil. Questions must be submitted no later than 1:00 p.m. (central time) on 6 July 2017. The contact telephone number is 608-245-4524.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-17-Q-1010/listing.html)
 
Place of Performance
Address: 3110 Mitchell St, Madison, Wisconsin, 53704-2579, United States
Zip Code: 53704-2579
 
Record
SN04559744-W 20170629/170627235944-859340291aafd4abe82ce1ed06668c11 (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.