Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2016 FBO #5293
SOLICITATION NOTICE

39 -- DLA Disposition Services 4K and 6K Forklifts - Bid Schedule and Terms

Notice Date
5/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP451016Q1013
 
Archive Date
7/6/2016
 
Point of Contact
Joseph A. Bednar, Phone: 2699617546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule and Terms for 4K and 6K Forklifts 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 is issued as a request for quote (RFQ). The performance timeframe is a 12-month base period with four, 12-month option periods. The deliveries of required forklifts are to DLA Disposition Sites worldwide, with Continental United States deliveries 30 calendar days from order, and Outside Continental United States deliveries 60 calendar days from order unless otherwise agreed upon by the parties. This procurement is a 100% small business set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 333924, applicable threshold is 750 employees. The U.S. Small Business Administration has granted an Individual Non-Manufacturer Rule Waiver for this acquisition in support of the small-business set-aside such that qualified small business dealers of the required items are eligible. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. See Attachment 01 for the Bid Schedule, specifications and associated terms including delivery terms. All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required shipping documentation and related delivery requirements including installation access is the responsibility of the contractor, with coordination as necessary with the delivery site POC. Deliveries must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the contractor(s) whose quote conforms to the solicitation and offers the lowest total price, including the option periods, after a pass/fail evaluation of the contractor's provided technical submittal and past performance submittal as per the instructions to follow). C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.216-19, Order Limitations (A minimum order amount of (any) one forklift per order is expected, and a maximum order of 65 forklifts (in any combination from the schedule), with the full text of this clause to be included in the anticipated bilateral award)* 52.216-22, Indefinite Quantity 52.217-09, Option to Extend the Term of the Contract (fill-ins are 7 calendar day notice provided there is a 14 calendar preliminary notice, with overall contract duration maximum of 5 years) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination * Minimum/maximums for the base period of the contract itself are (any) one forklift ordered for the base period as the minimum, 130 forklifts (in any combination from the schedule) for the maximum. The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.216-7006, Ordering (fill-in is through each 12-month period, subject to option exercise(s)) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateteral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) NOTE that DLAD 52.215-9023, REVERSE AUCTIONS APPLIES TO THIS PROCUREMENT, AVAILABLE AT http://farsite.hill.af.mil/vfdlada.htm, OR VIA SEARCH FOR THE CLAUSE CONTENT ONLINE INSTRUCTIONS TO OFFERORS: Submit quotes by email to joe.bednar@dla.mil no later than June 21, 2016, at 2:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: 1) The bid schedule is attached and responding firms are required to complete and return that section with their quote submission. Firms are required to submit on all line items, this acquisition is not permitting multiple awards. Technical and Past Performance submission content must include the following: 2) Complete listing of CLIN 0001-0008 forklift specifications for each offered model, fully demonstrating that each meets the required specifications in the attachment. 3) Submittal of at least one but not more than three relevant past performance reference projects, complete with customer reference point(s) of contact with current and accurate email addresses and phone numbers. To be relevant, the actions must include deliveries on an FOB destination basis of forklifts or other comparable (e.g. equipment size and dollar value) Material Handling Equipment items, at least one of which must include successful deliveries outside the Continental United States. Incorrect and/or outdated reference contact information may render the reference not eligible for consideration and the past performance submittal not eligible to pass the pass/fail past performance evaluation. 4) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than June 9, 2016 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline. Site Visits are not being supported for this action in advance of the quote submission deadline. EVALUATION: Quotations will be evaluated on a Low-Priced-Technically-Acceptable and Past-Performance-Acceptable basis. Award will be made to the firm that offers the lowest overall price for the total requirement, including its options, after a pass/fail evaluation of the contractor's provided technical submittal and past performance submittal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP451016Q1013/listing.html)
 
Place of Performance
Address: DLA Dispositions Sites Worldwide (See Attachment), United States
 
Record
SN04123311-W 20160521/160519235012-0968db4a47b07f85e1b9dd68c883b909 (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.