Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2012 FBO #3975
MODIFICATION

W -- Warehouse Material Handling Equipment

Notice Date
10/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-13-Q-0002
 
Archive Date
10/27/2012
 
Point of Contact
Andrey Selyuzhitskiy, Phone: 315-330-4434
 
E-Mail Address
Andrey.Selyuzhitskiy@rl.af.mil
(Andrey.Selyuzhitskiy@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
**AMENDMENT 2 - SOLICITATION HAS BEEN MODIFIED TO BE TOTAL SMALL BUSINESS SET-ASIDE. RESPONSES DUE 12 OCTOBER 2012. *** ***AMENDMENT 1 - PLEASE NOTE THE RESPONSE DATE IS 2 AUGUST, NOT 27 AUGUST AS STATED FURTHER DOWN IN THE SOLICITATION. DATE CORRECTED TO BE CONSISTENT THROUGHOUT *** 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-13-Q-0002 is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120906. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 532412 and small business size standard is $7,000,000. The contractor shall provide the items listed in the attachment on a firm fixed price basis: Rental of warehouse material handling equipment for a period of one year and two option years for the Air Force Research Laboratory (AFRL), Rome Research Site. The period of performance is 17 October 2012 through 16 October 2013 with two option years. The place of delivery; acceptance and FOB Destination Point is AFRL, Rome Research Site Rome, NY. Item: 1 6,000 lb Capacity Forklift QTY: 2 Description: • Steel all Weather Cabs • Front Wiper • Defogger • Heater • Side Mirrors Item: 2 16,000 lb Capacity Forklift QTY: 1 Description: • Steel all Weather Cabs • Front Wiper • Defogger • Heater • Side Mirrors Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals submit to: AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4434 or by email to Andrey.Selyuzhitskiy@rl.af.mil. Offerors are encouraged to submit their proposals using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in the solicitation. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing. The provision at 52.212-2, Evaluation -- Commercial Items applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: PRICE and TECHNICAL ACCEPTABILITY. When combined all factors are approximately equal. Offerors are required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I. For your convenience 52.212-3 is attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract. The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor provided that the Government gives the Contractor a preliminary written notice of its intent to extend before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 months. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside, Alternate I 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea, Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 52.247-34, FOB Destination 252.225-7000, Buy American Act--Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit quotes, which shall be considered. Point of Contact Andrey Selyuzhitskiy, Contract Specialist, Phone 315-330-4434, FAX, 315-330-7049, Email: Andrey.Selyuzhitskiy@rl.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-13-Q-0002/listing.html)
 
Place of Performance
Address: Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02911326-W 20121012/121010234231-4e0749b07b74795ccfb36b0132b563bb (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.