Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

38 -- Snow Plow Blade

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 168 MSG/MSC, AK ANG, 3127 WABASH AVENUE, SUITE 101, EIELSON AFB, Alaska, 99702-1794, United States
 
ZIP Code
99702-1794
 
Solicitation Number
W91ZRU18Q6020
 
Archive Date
10/6/2018
 
Point of Contact
Jeffery Porter, Phone: 9073778742
 
E-Mail Address
jeffery.g.porter2.mil@mail.mil
(jeffery.g.porter2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DUE TO TECHNIAL ISSUES: Venders are encouraged to email for PDF version of "combo". COMBINED SYNOPSIS/SOLICITATION ‘COMBO': Snow Plow Blade for 168th CES. (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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation W91ZRU-18-Q-6020 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective 22 Aug 2018. The DFARS provisions and clauses are those in effect to DPN 201800824, effective 24 Aug 2018. (iv) This requirement is solicited as a Total Small Business set-aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 333120 with a small business size standard of 1250 Employees. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The Government intends to award a firm-fixed price contract for the following: • QTY: 1 EA DISCRIPTION: Snow Plow Blade for 168th CES. • Salient Characteristics • HLA 42000W (or equal) *Plow will fit on JD444H loader • 14' wide, 34" High Moldboard • 36" Wings deep/wide • 35 degree angle on main moldboard • Relief valve on main angle cylinders • Replaceable and Reversible steel cutting edges • Spring trip cutting edge on main moldboard • Lateral float • Infinite wing adjustment from 0 to 180 degrees • Tire protection system • 3 way diverter INSTALLATION: Price will include installation. Loader can be delivered to either Fairbanks or Anchorage areas. Installation can take place at Eielson, AFB AK; however the contractor will need to provide all the equipment and tools for installation. (vii) Period of Performance. Delivery will be 16 weeks from date of order. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the quotes, the Quotors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. If awarded the contract the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within two (2) Business days. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part 1 - Technical Acceptability - Submit one (1) copy of technical acceptability narrative that responds to the requirements. Part 2 - Price - Submit one (1) copy of price schedule (Attachment 1) and any pertinent additional information. 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the Best Value IAW FAR 13.106-1 (a) (2). Technical Acceptability, at a minimum, is defined as meeting all specific instructions and completing the attached pricelist Attachment 1. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a purchase order resulting from this solicitation to whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical acceptability will consist of meeting all specific instructions and completing the attached pricelist Attachment 1. (2) Price (3) Past Performance (b) Technical acceptability: The government will evaluate quotes on the basis of whether or not the provided quote is technically acceptable. See salient characteristics. (c) Price: Total evaluated price. Interested parties are reminded that this is a Best Value procurement and lowest price does not constitute award. (d) Past Performance: Past Performance will be evaluated in accordance FAR 13.106-2(b)(3)(ii)(C) - information received by Past Performance Information System and FAR 13.106-2(b)(3)(ii)(D) - Any other reasonable basis. The contracting officer may use his/her previous experience with the service being acquired. (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (DEVIATION 2013-O0019)(NOV 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Vendors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52-222-19 Child Labor-Cooperation With Authorities and Remedies Oct 2016 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Equal Opportunity for Workers with Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2015 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan 2017 FAR 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons Jun 2016 FAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners Jun 2016 FAR 52.223-18 Encouraging Vendor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management July 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Sub-vendors Dec 2013 FAR 52.233-3 Protest after Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 FAR 52.252-2 Clauses Incorporated by Reference Feb 1998 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252-203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 DFARS 252.204-7015 Disclosure of Information to Litigation Support Vendors May 2016 DFARS 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS 252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.246-7008 Sources of Electronic Parts DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014 (xiii) No additional contract requirements apply to this acquisition. (xiv) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xv) NOTICE TO ALL INTERESTED PARTIES: Please forward all questions no later than 12:00 p.m. Alaska Time on 18 Sept 2018. A site visit will not be conducted for this requirement. An amendment may be issued answering all questions received, providing the Government's answers. Offers are due no later than 2:00 p.m. Alaska Time on 21 Sept 2018. (xvi) The POC for this solicitation is: MSgt Jeffery G. Porter Jeffery.g.porter2.mil@mail.mil (907) 377-8742 List of Attachments: • Attachment 1: Pricing Schedule (1 page) Attachment 1: PRICING SCHEDULE LINE ITEM DESCRIPTION QTY UI UNIT PRICE EXTENDED PRICE 0001: Snow Plow for 168th CES. Refer to section V.I for Item Description 1 EA TOTAL PRICE: Offers are hereby good for a minimum of 30 days from this Solicitation's closing date. Quoters may, at their discretion, provide additional time. This offer expires on. Business Size:,Small,Large,Women-Owned,Veteran-Owned,Other: Net Terms (Mandatory): CAGE: DUNS: Printed Name: Title: Signature: Date: NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-2/W91ZRU18Q6020/listing.html)
 
Place of Performance
Address: Eielson AFB, AK, Eielson AFB, Alaska, 99705, United States
Zip Code: 99705
 
Record
SN05087211-W 20180915/180913231026-af34e0ca636ca0529f531b1201e8da72 (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.