Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2012 FBO #3777
SOLICITATION NOTICE

39 -- 1 EA. Empty Container Handler Manufactured by Taylor Machine Works, Model: "Big Red" TEC-150H (Brand-Name Requirement)

Notice Date
3/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Surface Deployment and Distribution Command (SDDC), ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 62225
 
ZIP Code
62225
 
Solicitation Number
W90GA920340253
 
Response Due
4/16/2012
 
Archive Date
6/15/2012
 
Point of Contact
MIGUEL A. COLUNGA-HUERTA, 618-220-5069
 
E-Mail Address
Surface Deployment and Distribution Command (SDDC)
(miguel.a.colungahuerta.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal (RFP) and a firm-fixed price contract is contemplated. The solicitation ID number is W90GA920340253. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57, effective 7 March 2012. SET ASIDE TYPE & APPLICABLE NAICS: This contract action is a Total Small Business Set-Aside and the associated North American Industrial Classification Code (NAICS) code is 333924 with a business size standard of 750 employees. LINE ITEMS: Line Item 0001, One (1) EA Empty Container Handler; Manufacturer: Taylor Machine Works; Model: "Big Red" TEC-150H. The delivered item shall be in new condition (e.g., not remanufactured, etc). The user is also requesting equipment set-up at the delivery site so that the TEC-150H is placed in "running" mode and basic functions operate correctly (drive train, axles, safety features, attachments, etc). The TEC-150H shall consist of the following specifications: Basic Capacity 15,000 Ibs. at 94.0" Load Center, 148.0" Wheelbase Cummins QSB6.7-C160 Tier III Electronic Turbocharged, Charged Air Cooled (Air to Air) Lockable Fuel Cap w/Strainer Dry-type Air Cleaner w/Safety Element & Restriction Indicator Muffler w/Stack Guard 12-Volt Electrical System w/130 Amp Alternator, & Circuit Breakers Heavy-duty Battery with battery disconnect switch Lighted Instruments Air Horn Anti-restart Ignition Switch Tilt Steering Key switch-actuated Amber Strobe Light Reverse-actuated Backup Alarm Forward Alarm 6 Work Lights, 4 Front and 2 Rear In cab amber, green and red signal light system for twist lock operation Rear View Mirrors Power shift Transmission - 3 speed w/Inching, Modulated, Electric Shift Control Taylor Steer Axle Heavy-duty Extended Planetary Drive Axle Straight Air Service Brakes w/Parking Brake Hydrostatic Power Steering Hydraulic Pilot Operated Controls Rear Center Mount Cab, 2-door, includes one 40,000 BTU Heater, one circulation fan, front and rear windshield wipers w/variable slow speed/stop plus 2 speeds wiper control Switch, front windshield washer, dome light, all glass tinted Adjustable Vinyl Covered Mechanical Suspension Seat w/Arm Rests, Orange Seat Belt and OPS Switch Full Flow Wire Mesh Suction Strainers and Full Flow 10-micron Return Filter in Tank 30' Telescopic UL TRA-VU Mast Empty Container Handling Attachment with Mechanical Pile Slope Shall include the following options (Qty): Warranty Standard Limited Warranty TMW-057 (1) Tire and Rim Options 12.00 x 20 - 18 PR E3 (6) Paint Options- Standard Paint - Red (1) Factory Preparation for Shipment (1) Air Intake System Options Taylor Max Air Filtration Pre-cleaner (1) Electrical System Light Kit - Tail, Stop Light, Turn Signals (1) Overhead Guard & Cab Options: Air conditioner, heater with front and rear defroster package lieu of optional cab 40,000 BTU heater (1) Overhead Guard & Cab Options: Cloth Covered Air Suspension Seat w/Arm Rests (1) Transmission Controls Automatic Power Shift Control (1) - Section End - SPECIAL REQUIREMENTS: (None) DELIVERY SCHEDULE/TERMS: FOB Point: FOB Destination to Military Ocean Terminal Sunny Point, Southport NC 28461 Required Delivery Date (RDD): Not to Exceed 180 days After Date of Contract CLAUSES & PROVISIONS: The following clauses apply to this acquisition (the full text of FAR and DFAR references may be accessed electronically at http://farsite.hill.af.mil/) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, Central Contractor Registration 52.209-5, Certification Regarding Responsibility Matters* 52.212-1, Instructions to Offerors -- Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items* 52.212-4, Contract Terms and Conditions -- Commercial Items 52.219-1, Small Business Program Representations--Alternate I* 52.219-28, Post Award Small Business Program Representation* 52.229-4, Federal, State, and Local Taxes 52.232-23, Assignment of Claims 52.242-13, Bankruptcy 52.247-34, FOB Destination 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Central Contractor Registration (52.204-7)--Alternate A 252.204-7008, Export-Controlled Items 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation)* 252.211-7003, Item Identification and Valuation 252.212-7000, Offeror Representations and Certifications--Commercial Items* 252.225-7000, Buy American Act-Balance of Payments Program Certificate* 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7010, Levies on Contract Payments *NOTE Regarding Offerors Representations and Certifications. The Online Representations and Certifications Application (ORCA) is the preferred Government repository for contractor submitted representations and certifications required for the conduct of business with the Government. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the paper-based versions are also acceptable and shall be returned with the offer. 52.212-2, Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price Technically Acceptable (LPTA) in accordance with FAR 15.101-2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The following factors shall be used to evaluate offers: (i) FACTOR 1 - TECHNICAL CAPABILITY. In order for the offeror to be considered technically capable, the Government will make a determination by evaluating the following: (1) ability of the offeror to provide the brand-name item with required specifications, and (2) Ability of the offeror to meet the delivery schedule/terms as stated in the relevant section of this solicitation. Factor 1 Roll-up: Failure to meet any of these requirements shall render an "unacceptable" rating under this factor and the offeror will no longer be eligible for award. (ii) FACTOR 2 - PAST PERFORMANCE. Past performance will be evaluated to determine the offeror's probability of meeting the solicitation requirements and will be assessed either an "acceptable" or "unacceptable" rating. The past performance submitted for evaluation must be recent and relevant. To be recent, the effort must have been performed during the last three (3) years from the date of issuance of this solicitation; to be relevant, the effort must be similar in complexity and scope, i.e. the contract was for a similar piece of equipment in terms of the equipment's intended purpose and functions as the one requested under the instant solicitation. The offeror shall select up to three (3) of its Government customers (Local, State and/or Federal) for which it has performed recent/relevant efforts as described herein and forward a copy of the attached Past Performance Questionnaire for their completion. The questionnaires shall be completed by the contracting activity and returned directly to the Contract Specialist at email address provided in the instructions accompanying the form. The burden of ensuring the completed questionnaires are submitted to the Contract Specialist rests with the offeror. Offerors without a record of recent/relevant past performance SHALL provide a statement to that fact; offerors whom fall under this category will not be evaluated favorably or unfavorably on past performance and, as a result, will receive an "acceptable" rating. Rating Descriptions: Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Method for Collecting Past Performance Information: The Government will evaluate the customer-completed Past Performance Questionnaires. The information submitted may be verified by the Government by contacting the references provided. Additionally, the Government reserves the right to query other past performance sources, such as the Past Performance Information Retrieval System (PPIRS). Factor 2 Roll-up: This factor must receive a rating of "acceptable" in order to be considered technically acceptable and eligible for award. (Iii) FACTOR 3 - PRICE. Price will be evaluated to determine if the offeror's proposed price is fair, reasonable, and balanced utilizing any one or a combination of the price analysis techniques identified in FAR 15.404-1(b)(2). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. - End of Provision 52.212-2. 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The additional FAR clauses/provisions cited within this omnibus clause are applicable: _x_ 52.203-6 Restrictions on Subcontractor Sales to the Government; _x_ 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; _x_ 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; _x_ 52.219-6 Notice of Total Small Business Set-Aside; _x_ 52.222-3 Convict Labor; _x_ 52.222-19 Child Labor Cooperation with Authorities and Remedies; _x_ 52.222-21 Prohibition of Segregated Facilities; _x_ 52.222-26 Equal Opportunity; _x_ 52.222-35 Equal Opportunity for Special Disabled Veterans; _x_ 52.222-36 Affirmative Action for Workers with Disabilities; _x_ 52.222-37 Employment Reports on Veterans; _x_ 52.222-40 Notification of Employee Rights; _x_ 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; _x_ 52.225-13 Restrictions on Certain Foreign Purchases; _x_ 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The additional DFAR clauses/provisions cited within this omnibus clause are applicable: _x_ 52.203-3 Gratuities; _x_ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; _x_ 252.225-7001 Buy American Act and Balance of Payments Program; _x_ 252.225-7012 Preference for Certain Domestic Commodities; _x_ 252.243-7002 Requests for Equitable Adjustment; _x_ 252.247-7022 Representation of Extent of Transportation by Sea*; _x_ 252.247-7023 Transportation of Supplies by Sea* 52.233-2 -- Service of Protest. (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: ___Mr. Michael D. Schreiber ___HQ SDDC Acquisition Center ___1 Soldier Way, Bldg 1900W ___Scott AFB IL 62225 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) OFFER SUBMISSION INFORMATION: Due Date / Time: 16-April-2012 (Monday), 2:00 PM CST Place: Submit offers electronically via email to miguel.a.colungahuerta.civ@mail.mil Format: No specific formatting required CONTACT INFORMATION: Questions concerning this RFP should be emailed to Miguel A. Colunga-Huerta (Contract Specialist) at miguel.a.colungahuerta.civ@mail.mil. Question Submission Deadline: 9-April-2012 (Monday), 2:00 PM CST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7eb4e4a23022b45f76ffbec9fb5e41a7)
 
Place of Performance
Address: Surface Deployment and Distribution Command (SDDC) Military Ocean Terminal Sunny Point (MOTSU) Southport NC
Zip Code: 28461
 
Record
SN02705383-W 20120328/120326234504-7eb4e4a23022b45f76ffbec9fb5e41a7 (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.