Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2020 SAM #6673
SOLICITATION NOTICE

23 -- Two (2) Ford F-550 Bucket Trucks (See Attached Specifications)

Notice Date
3/5/2020 7:23:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
DJA-20-ASOD-PR-0387
 
Response Due
3/12/2020 1:00:00 PM
 
Archive Date
03/27/2020
 
Point of Contact
Agnes Brooks, Phone: 202 648-9115
 
E-Mail Address
agnes.brooks@atf.gov
(agnes.brooks@atf.gov)
 
Description
This is a combined synopsis/solicitation for commercial items�prepared in accordance with the format in Subpart 12 & 13, as supplemented with additional information included in this notice.� This is a Request for Quote (RFQ) for the purchase of Two (2) Ford F-550 Bucket Trucks and the solicitation document and incorporated provisions and clauses are those in effect through (FAC) 2020-4.�The solicitation number associated with this combined Synopsis/Solicitation is DJA-20-ASOD-PR-0387.������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������������� �Set-Aside Requirement There is no Set-Aside restriction for this solicitation. North American Industrial Classification System (NAICS) The associated North American Industrial Classification System (NAICS) code for this procurement is 336112-Light Truck and Utility Vehicle Manufacturing. Purchase Order Buyer intends to issue award using a purchase order. Quotes from Vendors unable to accept purchase orders will not be considered for award. �Evaluation Criteria/Basis of Award ATF will award under FAR 13, Simplified Acquisitions Procedures, to the responsible Vendor whose quote conforming to the RFQ will be the most advantageous/best value using the Lowest-Price-Technically-Acceptable (LPTA) method. �ATF will review the past performance/delivery of the vendor to help determine its technical capability. By submission of its quote, the vendor accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements.� A quote complying with solicitation requirements with the lowest price may not be selected for award if a higher-priced offer is determined to be the most advantageous to the Government. Likewise, the Government may award the resulting contract to a vendor who does not offer the highest technically rated proposal. All quotes will be evaluated for compliance with the terms, conditions, and requirements set forth by the RFQ. Therefore, the submitted should contain the Vendor�s best terms. Factor 1 - Technical Acceptability Lowest Price Technical Acceptability: (LPTA) will be based upon the vendors express agreement that they will comply with all the requirements of the solicitation, and that all products proposed meet or exceed the specifications. Factor 2 - Past performance The quality of the contractor�s recent and relevant past performance will be evaluated to assess the vendor�s probability of meeting the solicitation requirements.� The Government will first evaluate the submitted references to determine the relevancy and recentness of the past performance information.� This evaluation will be based on the degree to which the contract descriptions, Past and Present Performance Survey, and other past performance information demonstrates relevant/recent experience compared to the requirements of this solicitation in terms of similar size, scope, and complexity. Next the Government will evaluate the degree to which the performance of those efforts demonstrates an overall performance and quality record that supports an expectation of successful achievement of the solicitation requirements. The Government may use information provided by the contractor in their proposal submission, information in both Government and commercial databases and other information available as ATF determines is reasonable. If the contractor has no past performance, it will be rated as Neutral. �Vendors are instructed to send requests for references to the referenced party with instructions that they, in turn, should complete the �Past and Present Performance Survey�, Attachment and send the information directly to �agnes.brooks@ATF.gov by 4:00 pm Eastern Standard Time (EST, Thursday, March 12, 2020. �The CO will not consider or address LATE Questions. � The Past Performance factor will be rated as follows: ����������������������������������������������������������� (a) Recent: Recent is defined as contract performance within the past three years.� The following ratings will be used for Past Performance Recent: Adjectival Rating Description Recent Contract Performance occurred within the past three years from the date proposals are due. Not Recent Contract Performance did not occur within the past three years from the date proposals are due. (b) Relevancy: Relevancy includes, but are not limited to, the following:� similarity of product/service/support, complexity, dollar value, contract type, use of key personnel (for services), and extent of subcontracting/teaming. The following ratings will be used for Past Performance Relevancy: �Adjectival Rating Description Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. (c) Performance Confidence Assessment: For past performance contract references determined to be both recent and relevant, the Government will evaluate the degree to which the performance of those efforts demonstrates an overall performance and quality record that supports an expectation of successful achievement of the solicitation requirements by assigning a performance confidence assessment rating as follows: Performance Confidence Assessments Rating Method �Adjectival Rating Description Substantial Confidence Based on the vendor�s recent/relevant performance record, the Government has a high expectation that the vendor will successfully perform the required effort. Satisfactory Confidence Based on the vendor�s recent/relevant performance record, the Government has a reasonable expectation that the vendor will successfully perform the required effort. Neutral Confidence No recent/relevant performance record is available or the vendor�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The vendor may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the vendor�s recent/relevant performance record, the Government has a low expectation that the vendor will successfully perform the required effort. No Confidence Based on the vendor�s recent/relevant performance record, the Government has no expectation that the vendor will be able to successfully perform the required effort. Terms and Conditions This RFQ requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines pursuant to FAR 52.204-7. �Registration information can be found at www.sam.gov . ALL REGISTRATION MUST BE ""ACTIVE"" AT TIME OF AWARD. NO EXCEPTIONS WILL BE MADE. To be considered for award, vendors must be manufacturer/Federally-authorized distributors/center of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the period specified by the Buyer on the award.�� Shipping must be free on board (FOB) destination Continental United States (CONUS), meaning the vendor delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items � the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. ATF-43, Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability (DEVIATION 2015-02, March 2015) (a) None of the funds made available by the Department's current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation - (1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By submitting a response to this solicitation, the Vendor represents that, as of the date of this offer - (1) the Vendor is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) the Vendor is not a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) ATF-44, Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse (DEVIATION 2015-02, March 2015) None of the funds appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant, or cooperative agreement with an entity that requires employees or contractors of such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. By submitting a response to this solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting waste, fraud, and abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) The CO has not determined additional contract requirements or terms and conditions (such as financing arrangements or warranty requirements) to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities & Allocations System (DPAS) is not applicable. �The Delivery Date is 30 days from award. �Delivery Address Bureau of Alcohol, Tobacco, Firearms, Explosives Point of Contact: Todd Reeves, TF Chicago, 3250 Lacey Road, RM# 400, Downers Grove, IL 60515, Quotes MUST be good for 30 calendar days after the close of the RFQ and should be submitted in Good-Faith in order to be responsive. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Additional Warranty requirements and maintains needs. ANSI A92.2 INSPECTION W/ DIELECTRIC TEST, ONCE PER YEAR at vendor location, for 5-Years VERSALIFT EXTENDED WARRANTY (1-YEAR BASE WARRANTY INCLUDED WITH PURCHASE with an additional 2 Year Total Coverage additional equaling, 3 Year Total Coverage Versalift Device Warranty FORD EXTENDED WARRANTY, PREMIUM CARE EXTENDED SERVICE PLAN 5-Year/75,000 Miles (See Attached) The vendors company name (no logos), the date, solicitation number, shall be included on each page of the quotation/offer (may be included in a header/footer).� MEET OR EXCEED. The Buyer is allowing Vendors to submit quotes that either meet or exceed the requested specification. �ALL SHALL BE ADDRESSED INDIVIDUALLY IN THE CONTRACTOR�S RESPONSE! �Failure to address each requirement by explaining in �detail� how the contractor intends to meet or exceed all the instructions listed, shall result in a non-responsive bid, which will eliminate the contractor from further consideration immediately. �(SEE ATTACHED SPECIFICATION/SYSTEM REQUIREMENTS DOCUMENT). Seller Attachment (s) In addition to providing pricing for this solicitation, vendors MUST include certain non-pricing information as document(s) attached to their quote, so they are received no later than the closing date and time of this solicitation. Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A vendor�s failure to comply with these terms may result in its quote being determined to be non-responsive. The attachment(s) must include the following non-pricing information: *SEE BELOW*. All quotes must include a photo of the item being considered for award in accordance with the attached specification document for the 2019 Ford F-550 Bucket Trucks. All quotes must include Completed Past & Present Performance Survey for Bureau of Alcohol, Tobacco, Firearms (SEE ATTACHED). Quote Submission Vendors shall submit, in good faith, an OPEN MARKET Quote via email to agnes.brooks@ATF.gov by the Close�of this solicitation. Vendor shall clearly display RFQ number DJA-20-ASOD-PR-0387 on the Quote and in the Subject of the email.� The Quote must be good for 30 calendar days after the close of the solicitation. �Question Submission Questions related to this solicitation must be sent via email to agnes.brooks@ATF.gov by 8:00 am Eastern Standard Time (EST), Tuesday, March 10, 2020. �The CO will not consider or address LATE Questions. Quotes must be submitted by Thursday, March 12, 4:00 pm EST. Quotes not received by then will be considered LATE and may not be considered or addressed. The RFQ number should be clearly displayed in the Subject line of the email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0076f5c152cb4aa78a64cb4dc4370645/view)
 
Place of Performance
Address: IL 60515, USA
Zip Code: 60515
Country: USA
 
Record
SN05580929-F 20200307/200305230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.