SOLICITATION NOTICE
39 -- Crown 3500 Lb Walkie Reacher - Minimum Requirements - FAR 52.212-3
- Notice Date
- 2/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0075
- Archive Date
- 4/3/2011
- Point of Contact
- Daniel J. Lawson, Phone: 9375224604
- E-Mail Address
-
daniel.lawson@wpafb.af.mil
(daniel.lawson@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Offeror Representations and Certifications - Commercial Items Crown Walkie Reacher Minimum Requirements This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0075 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49, Effective 24 Jan 2011. This acquisition is FULL AND OPEN COMPETITION. The associated North American Industry Classification System (NAICS) code is 423830. Size standard is 100 employees. This RFQ has one line item: Crown 3500-lb Walkie Reach Stacker and Train the Trainer local training. NOTE: This is a Brand Name Requirement. Manufacturer: Crown Equipment Corporation Contractor shall furnish all necessary personnel, facilities, materials and services to fabricate and deliver the item listed above. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (October 2010), which is attached to this announcement. Contract financing is NOT provided for this acquisition. Quotation must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contactor’s Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at http://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Work Flow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone; point of contact’s name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB DESTINATION. Delivery location is Wright-Patterson Air Force Base, Ohio Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds the requirements listed in the Minimum Requirements, attachment 2, hereto. Quotation shall provide a point-by-point comparison to each item listed in the minimum requirements. A general overview, general comparison, or statement such as “able to provide the requirements” or 'meets or exceeds minimum requirements' is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008) 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors – Commercial Items (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation – Commercial Items (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements attached to this Request for Quotation.] Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3 Alt I, Contractor Representations and Certifications – Commercial Items (Jan 2011); 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (January 2011) (The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor Cooperation with Authorities and Remedies (July 2010); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.223-18 Contractor Policy to Ban Text-Messaging While Driving (Sep 2010); - 52.225-3-Alt I Buy American Act-Free Trade Agreement-Israeli Trade Act (Jun 2009) - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.233-3 Protest After Award (Aug 1996); 52.247-34 FOB Destination (Nov 1991); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); and The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.211-7003, Item Identification and Valuation (Aug 2008); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (January 2011): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001, Buy American Act and Balance of Payments (Jan 2009); - 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (Dec 2010); - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023, Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Apr 2010). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications – Oct 2010 (Return with quotation) 2. Minimum Requirements Quotations AND completed representations and certifications are due by 1:00 pm on Thursday, 3 March 2011, to: Daniel Lawson, ASC/PKOB. Fax is 937-257-3926 (ATTN: Daniel Lawson). E-mail is: Daniel.lawson@wpafb.af.mil. Mailing Address: ATTN: Daniel Lawson 1940 Allbrook Drive, Bldg. 1, Room 109 Wright-Patterson AFB, OH 45433 Questions should be directed to Daniel Lawson at daniel.lawson@wpafb.af.mil (preferred method) or by Phone 937-522-4525.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0075/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02372754-W 20110205/110203234617-5e0fce914aa9c04d9a6edb1f31ca3461 (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 |