SOLICITATION NOTICE
38 -- 45-TON CRANE - Attachments
- Notice Date
- 9/3/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- 6923G519Q0959
- Archive Date
- 10/4/2019
- Point of Contact
- Patricia L. White, Phone: (315) 764-3236
- E-Mail Address
-
patricia.white@dot.gov
(patricia.white@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Cranes for trade-in Salient features 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 (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G519Q0959 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. The applicable NAICS code is 333120 and the size standard is 1,250 employees. This is a total small business set-aside procurement. Any concern submitting a bid or offer in its own name that proposes to furnish an end product it did not manufacture (a "nonmanufacturer"), is a small business if it has no more than 500 employees. The US Small Business Administration has issued a class waiver for construction type cranes over 15 ton under NAICS 333120. For this procurement, a nonmanufacturer does not have to furnish the product of a small business. The Saint Lawrence Seaway Development Corporation is seeking to purchase a 45 ton crane. All interested companies shall provide a quotation for the following: Line Item Description Quantity Unit Price Total Price 1 2019 Demag AC45 City (45 US ton All Terrain Crane) or equal. Equivalent cranes must meet the required salient features (attached). 1 Each $_____________ 2 (Option) Trade in - 1993 Lorain Model LRT 450, 50 ton hydraulic crane with 105 ft boom and swing away jib. 1 Each $_____________ 3 (Option) Trade in - 1999 Terex RT 190, 90 ton hydraulic crane with 100 ft boom and swing away jib. 1 Each $_____________ Total including trade-ins $_____________ Delivery terms are FOB Destination to 251 Fregoe Road, Massena, NY 13662 Additional information on the trade-in cranes is attached. Offerors submitting quotes on an "equal" crane shall provide descriptive literature demonstrating that the "equal" crane meets the required salient features. Award shall be made to the offeror whose quote represents the best value to the government using lowest priced, technically acceptable procedures. Cranes meeting the required salient features will be considered technically acceptable. Trade-in option amounts will be included in the calculation of lowest priced. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/ The following solicitation provisions apply to this acquisition: •1. FAR 52.212-1, "Instructions to Offerors - Commercial Items" (Oct 2018) •2. FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items" (Oct 2018) Offerors must complete annual representations and certifications on-line at https://www.sam.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 contract clauses apply to this acquisition: •1. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (Oct 2018) •2. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (Aug 2019) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice of Total Small Business Set-Aside; 52-219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunities for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Oct 2018); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 12:00 pm EST, Thursday, September 19, 2019. Quotes shall be sent to Patricia White, Contracting Officer, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. The SLSDC intends to award a fixed-price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G519Q0959/listing.html)
- Place of Performance
- Address: 251 Fregoe Road, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN05429034-W 20190905/190903231254-09445d3c74c901b9ff3930e36b286fb9 (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 |