Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

39 -- AUTOMATIC PALLET DISPENSER - STATEMENT OF WORK

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-Q-0061
 
Point of Contact
Alexander Ramirez, Phone: 7177706407
 
E-Mail Address
alexander.ramirez@dla.mil
(alexander.ramirez@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 1 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-12-Q-0061. This solicitation is issued as 100% Small Business Set-Aside. The associated NAICS code is 333924 with a small business size standard of 750 employees. The requirement consists of the following: This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 April 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120330 effective 30 March 2012 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-31. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This is a BRAND NAME or EQUAL acquisition; in accordance with FAR 52.211-16, a list of the salient physical, functional, or performance characteristics that "equal" products must meet are listed in the Statement of Work attached. The Statement of Work attachment 1 provides a list of Brand Name components with a list of salient characteristics for the Brand Name components. This procurement is for the purchase and installation of 1 each Automatic Pallet Dispenser Machine for The DLA Distribution Red River, TX, (DDRT). AUTOMATIC PALLET DISPENSER, NEWCASTLE MODEL 50-57 BRAND NAME OR EQUAL 1 EACH UNIT PRICE $__________ TOTAL$__________ SHIP TO: DLA DISTRIBUTION RED RIVER, TX BOSS REC OFFICER BLDG 499E. LINE 7/8 TEXARKANA, TX 75507-5000 SALIENT CHARACTERISTICS Automatic pallet dispenser shall be equipped with a loading magazine capable of stacking 15 to 20 pallets. Automatic pallet dispenser shall be required to operate in manual mode or automatic mode. Automatic pallet dispenser shall be equipped with roller conveyor within the dispenser to discharge pallets. Automatic pallet dispenser shall have a discharge height of no lower than 29". Automatic pallet dispenser shall be required to accept pallet sizes of 40" X 48". Automatic pallet dispenser shall be required to operate off the 208 VAC 3 Phase power for both conveyor dispenser and hydraulic pump. Automatic pallet dispenser shall be required to have in place two emergency stops with one on the control side and the other placed on the opposite side. All controls shall be of PLC logic. Offerors shall provide the total price inclusive of all equipment and necessary parts and installation to make the systems fully operational. If providing an "OR EQUAL" product, offerors must submit technical information which demonstrates that the item offered meets the minimum salient characteristics in accordance with the salient characteristics listed in the attached Statement of Work. (reference FAR 52.211-6). Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. FAR 52.211-6 -- Brand Name or Equal. (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (NOV 2011) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (NOV 2011) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS -Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (6) Descriptive literature for submissions of "equal" products to demonstrate the item meets the minimum salient characteristics found in this notice. Descriptive Literature: a. "Descriptive Literature" means information (e.g., cuts, illustrations, drawings, brochures) that is submitted as a part of a proposal. Descriptive Literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the offered product. It does not include other information such as that used in determining the responsibility of a prospective contractor or for operating or maintaining equipment. b. Descriptive Literature, required elsewhere in this solicitation, must be (1) identified to show the item(s) of the offer to which it applies and (2) received by the time specified in this solicitation for receipt of offers. c. The failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in rejection of the offer. FAR 13-106-2 Evaluations of Quotations or Offers - Quotes will be evaluated in accordance with FAR 13.106. Evaluation - Award will be made to the lowest price technically acceptable contractor. The following criteria shall be used to establish technical acceptability: Submission of descriptive literature which clearly indicates that the equipment quoted meets all the Salient characteristics as stated in the combined synopsis/solicitation. Copies of Web Pages are not acceptable for technical evaluation, you must submit technical characteristics. Any contractor who has submitted technically acceptable information will then have its quote evaluated for price. Technical information shall be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any offeror who has been determined acceptable (pass) on their technical information will then have its quote evaluated for price. NOTE: Copies of Web Pages are not acceptable for technical evaluation, you must submit technical characteristics. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012), addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (APR 2012) in paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36 Payment by Third Party (FEB 2010) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2012) The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I (OCT 2011) DFARS 252.243-7002 Request for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) All questions and inquiries should be addressed via email to alexander.ramirez@dla.mil, Request for Quote Number SP3300-12-Q-0061. Pricing, item descriptive literature (for "equal" submissions) are required NLT 3:30 PM EDT on 09 MAY, 2012. This information should be submitted to above email address or faxed to 717-770-6407. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0061/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION RED RIVER, TX, BOSS REC OFFICER BLDG 499E. LINE 7/8, TEXARKANA, TX 75507-5000, TEXARKANA, Texas, 75507-5000, United States
Zip Code: 75507-5000
 
Record
SN02730278-W 20120426/120425000138-8c34499fcb749ddf4d00e33c4e779c84 (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.