Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOLICITATION NOTICE

39 -- KALMAR MODEL AT-001 SLING LIFT ATCHMNT - REQUEST FOR QUOTATION

Notice Date
5/15/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, Defense Logistics Agency Detachment, DLA TACOM - Warren Acquisition Center, ATTN: CCTA-CSI-W, MS #445, 6501 E Eleven Mile Road, Warren, Michigan, 48397-5000, United States
 
ZIP Code
48397-5000
 
Solicitation Number
SP4510-18-Q-1025
 
Archive Date
6/14/2018
 
Point of Contact
Leonard Hatton, Phone: 586-282-3166
 
E-Mail Address
Leonard.Hatton@dla.mil
(Leonard.Hatton@dla.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contractor Response Package- RFQ THIS SOLICITATION IS LIMITED TO SMALL BUSINESS CONCERNS THAT ARE SERVICE DISABLED VETERAN OWNED BUSINESSES (SDVOB). NO OTHER RESPONSES WILL BE ACCEPTED AT THIS TIME. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This is issued as a request for quote (RFQ). The delivery time frame is 180 calendar days from award, it is a one unit purchase with no options. Delivery location is to Battle Creek, MI, with specifics per the attachment. This procurement is a 100% small business set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 333120, applicable size threshold is 1,250 employees. The U.S. Small Business Administration has granted a Class Non-Manufacturer Rule Waiver for this acquisition in support of the small-business set-aside such that qualified small business dealers of the required items are eligible. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3) though if an offeror has completed the annual representations and certificates electronically in their SAMS.gov registration, the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer/ Contract Specialist. See Attachment 01 for the Bid Schedule, specifications and associated terms including delivery terms. All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required shipping documentation and related delivery requirements is the responsibility of the contractor, with coordination as necessary with the delivery site POC. Deliveries must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the contractor(s) whose quote conforms to the solicitation and offers the lowest total price). C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.215-9023 REVERSE AUCTION 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.216-7006, Ordering (fill-in is through each 12-month period, subject to option exercise(s)) 252.225-7000, BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014) 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-BASIC (DEC 2016) 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2016) 252.225-7013, DUTY-FREE ENTRY (MAY 2016) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateteral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) INSTRUCTIONS TO OFFERORS: THIS SOLICITATION IS FOR A SPECIFIC MANUFACTURER'S PART- NO SUBSTITUTIONS WILL BE ACCEPTED. PLEASE REFER TO ATTACHED BID SCHEDULE. Submit quotes via FBO no later than May 30th, 2018, at 2:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: 1) The bid schedule is attached and responding firms are required to complete and return that section with their quote submission. 2) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than May 30th, 2018 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline. EVALUATION: Quotations will be evaluated on a Low-Priced-Technically-Acceptable basis. Award will be made to the firm that offers the lowest overall price for the total requirement. REVERSE AUCTION: The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors of this decision and the following provisions will apply. (a) The award decision will be made in accordance with the evaluation factors as set forth in the solicitation. The reverse on-line auction will be used as a pricing technique during discussions to establish the final offered prices from each offeror. These prices will be used in conjunction with the evaluation factors stated elsewhere in the solicitation in order to make the award decision in accordance with the basis for award stated in the solicitation. (b) Following the decision to conduct discussions using on-line reverse auctioning as a pricing technique, the Contracting Officer or his/her representative will provide offerors determined to be in the competitive range with information concerning the on-line auction process. The Government intends to use a commercial web-based product to conduct the reverse auction. (c) Prior to or simultaneously with conducting the on-line reverse auction, the Contracting Officer may hold discussions with the offerors concerning matters appropriate for discussion, such as issues involving technical proposals or unbalanced pricing. (d) The lowest offerors price(s) for each round of the reverse auction will be disclosed to other offerors and anyone else having authorized access to the on-line auction. This disclosure is anonymous, meaning that each offerors identity will be concealed from other offerors (although it will be known to the Government; only a generic identifier will be used for each offerors proposed pricing, such as Offeror A or lowest-priced offeror). By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction. (e) The reverse auction system currently in use designates offers as "Lead," meaning the current low price in that auction, or "Not Lead," meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as "Lead" and the second or subsequent offer of that price as "Not Lead." Offerors shall not submit a tie offer, since this is inconsistent with the purpose of the reverse auction. If a tie offer is submitted, the "Not Lead" offeror that submitted the tie offer must offer a changed price; it will be ineligible for award if the final price in the auction is the tie offer price. (f) An offerors final auction price at the close of the reverse auction will be considered its final proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the Contracting Officer determines that it would be in the best interest of the Government to re-open the auction. (g) The following information is provided regarding the procedures to be followed if a reverse auction is conducted. (1) Each offeror identified by the Contracting Officer as a participant in the reverse auction will be contacted by Defense Logistic Agencys commercial reverse auction service provider to advise the offeror of the event and to provide an explanation of the process. (2) In order for an Offeror to participate in the reverse auction, such offeror must agree with terms and conditions of the entire solicitation, including this provision, and agree to the commercial reverse auction service providers terms and conditions for using its service. Information concerning the reverse auction process and the commercial service providers terms and conditions is embedded within the email notification sent by the on-line reverse auction pricing tool system administrator. (3) Offerors shall secure the passwords and other confidential materials provided by the commercial reverse auction service provider or the Government and ensure they are used only for purposes of participation in the reverse auction. Offerors shall keep their own and other offerors pricing in confidence until after contract award. (4) Any offeror unable to enter pricing through the commercial reverse auction service providers system during a reverse auction must notify the Contracting Officer or designated representative immediately. The Contracting Officer may, at his/her sole discretion, extend or re-open the reverse auction if the reason for the offerors inability to enter pricing is determined to be without fault on the part of the offeror and outside the offerors control. (5) The reverse auction will be conducted using the commercial reverse auction service providers website as embedded in the email notification. Offerors shall be responsible for providing their own computer and internet connection. (6) Training: (i) The commercial reverse auction service provider will provide familiarization training to offerors employees; this training may be provided through written material, the commercial reverse auction service providers website, and/or other means. (ii) An employee of an offeror who successfully completes the training shall be designated as a 'trained offeror.' Only trained offerors may participate in a reverse auction. The Contracting Officer reserves the right to request that offerors provide an alternate offeror employee to become a 'trained offeror.' The Contracting Officer also reserves the right to take away the 'trained offeror' designation from any trained offeror who fails to abide by the solicitations or commercial reverse auction service providers terms and conditions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/85a471e492373e27b28f7d2b4ba61fc9)
 
Place of Performance
Address: BATTLE CREEK ANG BASE, 3367 WEST DICKMAN RD, BLDG 6917-DLA DISPOSITION SERVICES, BATTLE CREEK, Michigan, 49015, United States
Zip Code: 49015
 
Record
SN04922653-W 20180517/180515230545-85a471e492373e27b28f7d2b4ba61fc9 (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.