Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2014 FBO #4711
AWARD

38 -- 18 Foot Plow for JCB Loader for Alpena CRTC, MI

Notice Date
10/16/2014
 
Notice Type
Award Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
CRTC-Alpena/MSC Office, Michigan Air National Guard, 5884 A Street, Alpena, MI 49707-8125
 
ZIP Code
49707-8125
 
Solicitation Number
W912JB-14-T-8011
 
Response Due
9/18/2014
 
Archive Date
11/15/2014
 
Point of Contact
Jonathan Bodus, 269-969-3363
 
E-Mail Address
CRTC-Alpena/MSC Office
(jonathan.bodus@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912JB-14-P-8020
 
Award Date
9/23/2014
 
Awardee
Ebling & Son, Inc. (017080813) <br> 4484 Roger B. Chaffee S.E. <br> Kentwood, MI 49548-7522
 
Award Amount
$28,096.65
 
Line Number
0001
 
Description
(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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quote (RFQ) against solicitation number W912JB-14-T-8011 for a commercial items acquisition for a 18 Foot Plow attachment for JCB Loader for Alpena CRTC, MI (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-053 effective 04 Aug 2011. (iv) The North American Industrial Classification System (NAICS) Number is 333120 - Construction Machinery Manufacturing, Small Business Size Standard is 750 employees. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): To be considered RESPONSIVE, offeror's must address all CLINs utilizing W912JB-14-T-8011 Proposal Bid Schedule. (vi) Description of requirements for the items to be acquired with MINIMUM salient characteristics: Line Item 001 - (1 ea) Daniels 18' Snow Plow w/ hydraulic wings - P/N 311813, 12' center board w/ 3' hydraulic folding wings. Also include hydraulic manifold and electrical components for operation. Standard mounting ears included. Brochure with specs attached. Items meeting the technical capabilities of the suggested source will be considered as equal products. (vii) The requested delivery date for the above items is 60 days after delivery of contract. Please incorporate the cost of freight charges into your quote if applicable. Estimated Delivery Date if Different than Requested Date: ____________ (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items-(JUN 2008). Clause is amended as follows: -Offerors shall email their proposals to the following address: jonathan.bodus@ang.af.mil -This requirement is subject to the availability of funds -Proposals are due to the Contracting Officer NLT: 18 Sep 2014, 12:00pm EST. (x) Provision at 52.212-2, Evaluation-Commercial Items is amended to read: The Alpena CRTC is procuring this as a quote mark Best Value quote mark procurement in accordance with the following factors: -Technical Capability Subfactors: - Quality and durability of product - Compatibility with existing pay loader JCB 426 -Price -Past Performance When factors are weighted, technical capability and past performance, when combined, are slightly more important than price. (x) Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Dec 2009 Deviation. (xiii) Contract financing arrangements will not apply. The following additional clauses will apply: CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.211-6Brand Name or EqualAUG1999 52.219-28Post-Award Small Business Program RerepresentationAPR2009 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-22Previous Contracts and Compliance ReportsFEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-15Energy Efficiency in Energy-Consuming ProductsDEC 2007 52.232.18Availability of FundsAPR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.250-2 SAFETY Act Coverage Not Applicable NOV 2007 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.225-7001Buy American Act and Balance Payments ProgramJAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARA.htm (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the provision. (b) The use in this solicitation of any provision with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of provision) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: (www.fbo.gov). Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the plans section in a document titled quote mark Questions and Answers quote mark. Offerors are requested to submit questions to the E-mail address noted below by no later than 4:00 P.M. EST, 15 September 2014. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in System For Award Management (SAM) at https://www.sam.gov. Awarded vendor must invoice through Wide Area Work Flow (WAWF), an online invoicing system https: //wawf.eb.mil/ after completion of event. (XVI) Point of Contact for this solicitation is SMSgt Jonathan Bodus at (269) 969-3363
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB-14-T-8011/listing.html)
 
Record
SN03551873-W 20141018/141016234717-d679d62821ec93df06af5fbbb1eeeb9a (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.