SOLICITATION NOTICE
38 -- Articulating Boom Lift - Boom Lift Specifications
- Notice Date
- 8/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Nebraska, 2433 NW 24th St., Lincoln, Nebraska, 68524, United States
- ZIP Code
- 68524
- Solicitation Number
- W91243-18-Q-P028
- Archive Date
- 9/19/2018
- Point of Contact
- Patricia H. Lee-Smith, Phone: 4023098294, David S. Rasmussen, Phone: 4023098253
- E-Mail Address
-
patricia.h.leesmith.mil@mail.mil, david.s.rasmussen.mil@mail.mil
(patricia.h.leesmith.mil@mail.mil, david.s.rasmussen.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Boom Lift Specifications Articulating Boom Lift The boom lift must comply with general industry OSHA regulations. Additional specifications are available in the Excel spreadsheet that is attached. Combined Solicitation THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures under the authority of 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items.*** ***This solicitation is a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. *** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 1250 employees. *** *** The NEARNG is seeking to purchase Articulating Boom Lift with a fall arrest platform. The boom lift will provide access to maintain and repair real property in areas that require fall protection (i.e. unguarded roof edges).*** ***All interested Contractors shall provide a quote for the following: Line Item 0001 1 Each Articulating Boom Lift with fall arrest platform; which shall meet or exceed the salient characteristics identified below: Articulating Boom Lift with Fall Arrest Platform Reach Specifications Spec Detail Platform Height 125ft - 140ft Articulating Boom Boom must articulate to reach up and over Horizontal Reach 60 ft - 70 ft Horizontal up and over height 60 ft - 70 ft Swing 360 degree continuous Platform Capacity- Restricted 900lbs - 1000 lbs Platform Capacity- Unrestricted 500 lbs or greater Platform Rotator 180 degrees or greater JibPLUS Length 8 ft JibPLUS Horizontal Motion 125 degrees JibPLUS Vertical Motion 130 degrees (+75/-55) Chassis and Power Source Spec Detail Diesel Engine 74 HP+ Auxiliary Power 12V DC Gradeability 45% Crab Steer Tires Foam Filled, Rim Protector Lug Tread Dimentional Specs & Other Features Spec Detail Fall-Arrest Platform 36 x 96 inch side entry with self closing gate JibPLUS Boom 8 ft AC Receptacle in the Platform 5 Degree Tilt Alarm/Indicator Light All Motion Alarm Hourmeter Control ADE System Full Time 4WD Drive-out Extendible Axles Oscillating Axle Proportional Controls Gull-Wing Hoods Platform Console Machine Status Panel Lifting/Tie Down Lugs Engine Distress Warning/Shutdown Light Package Mounted work lights, drive/backup lights Flashing Beacon Cold Weather Start Glow plugs, battery heater, oil tank heater Hostile Environment Kit Console cover, boom wipers, cylinder bellows Delivery shall be provided no later than 60 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NEANG Civil Engineer SQ AF BPN, 2420 W. Butler Avenue, Lincoln NE 68524-1888. Award shall be made to the offeror whose proposal offers the best value to the Government, technical capability, past performance & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability and past performance shall be of equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the proposal. Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with the Department of Defense. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. *** The full text of a FAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.204-7 Central Contractor Registration; 2. 52.212-4 Contract Terms and Conditions, Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items including subparagraphs: a. (5) 52.219-6 Notice of Small Business Set-Aside; b. (14) 52.222-3, Convict Labor; c. (15) 52.222-19 Child Labor, Cooperation With Authorities And Remedies; d. (16) 52.222-21, Prohibition of Segregated Facilities; e. (17) 52.222-26, Equal Opportunity; f. (19) 52.222-36, Affirmative Action for Workers with Disabilities; g. (24) 52.225-1, Buy American Act- Supplies; h. (26) 52.225-13 Restriction on Certain Foreign Purchases; i. (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional Clauses: j. 52.232.40, Providing Accelerated Payments to Small Business Subcontractors; k. DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; l. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; m. 252.204-7008, Compliance with Safeguarding Covered Defense Information; n. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; o. 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; p. 252.211-7003, Item Unique Identification and Valuation; p. 252.225-7048, Export-Controlled Items; and q. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. ***All offerors shall submit the following: 1) An original and one (1) copy of a proposal which addresses Line Items 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) A list of three (3) references which includes the contact's name, phone number, and e-mail.*** ***All quotes shall be sent to the Nebraska Army National Guard Purchasing and Contracting Office, Attn: Randy Hansen, Building 1, Room 2205, 2433 NW 24th Street, Lincoln NE 68524-1801. *** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state, The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The offeror shall state, The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***Submission shall be received not later than 10:00 a.m. local time (Central Standard Time) on September 4, 2018 at the Nebraska Army National Guard Purchasing and Contracting Office, Building 1, Room 2205, 2433 NW 24th Street, Lincoln NE 68524-1801, Attention: Patti Lee-Smith. Preferred method to deliver proposals is by either email, (patricia.h.leesmith.mil@mail.mil), or fax at (402-742-4944) or mail. Hand delivery requires prior notice to assure base entry. NEARNG is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NEARNG campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, Building, room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NEARNG at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Patti Lee-Smith @ patricia.h.leesmith.mil@mail.mil. All questions shall be submitted via email no later than August 17, 2018 by 10:00a.m. (Central Standard Time) and responses will be posted as an amendment by August 22, 2018. Emailed or faxed quotes will be accepted. *** Patti Lee-Smith, patricia.h.leesmith.mil@mail.mil David S. Rasmussen, david.s.rasmussen.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25/W91243-18-Q-P028/listing.html)
- Place of Performance
- Address: 2420 West Butler Avenue, Lincoln, Nebraska, 68524, United States
- Zip Code: 68524
- Zip Code: 68524
- Record
- SN05018491-W 20180804/180802231541-45345cf9543b56d3226cd3211f1a6087 (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 |