SOLICITATION NOTICE
49 -- 49--Heavy Duty Alignment System
- Notice Date
- 2/1/2022 10:39:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- W7NA USPFO ACTIVITY KY ARNG FRANKFORT KY 40601-6192 USA
- ZIP Code
- 40601-6192
- Solicitation Number
- W905WH1256N003
- Response Due
- 2/15/2022 12:00:00 PM
- Archive Date
- 08/14/2022
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMENDMENT NOTICE: 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. The solicitation number is W905WH1256N003 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-02-15 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Jackson, KY 41339 The National Guard - Kentucky requires the following items, Meet or Exceed, to the following: LI 001: Heavy Duty Wheel Alignment System System must support 2.5 and 5 Ton Military Trucks such as: FMTV/LMTV/LTAS M1083A1P2, M1157A1P2, M1078A1P2 and vary in gross weight from 16,499 lbs to 46,320 lbs. System must support HMMWV Models are as follows M1097, 1097A2, M1151A1, M1152A1, M1165, M1165A1 and vary in gross weight from 10,000 lbs to 12,100 lbs. System must support commercial Pick Up Trucks (1/2 Ton thru 1 � Ton), Passenger Sedans. The alignment system must meet or exceed the following capabilities: Heavy Duty Wheel Alignment Specifications � A portable system that can be moved to and used in different locations � Capable of alignments of heavy-duty trucks with 4-axles or more � Capable of alignments of heavy-duty trucks with 2 steering axles � Capable of alignments of heavy-duty trucks up to or 324� wheelbase as a Palletized Loading System (PLS) � Capable of alignments of Passenger sedans with 215/55R16 to heavy-duty trucks with 37x12.50R16.5 37� dia HMMWV, 395/85R20 LMTV 46.4�dia FMTV along with 16.00R20tires with a 50� outside dia PLS & HEMETT. (Note: FedLog shows overall dia of the 16.00R20 at 52.9�) � Cart for storage of alignment clamps and other equipment � Must include delivery, installation, training, and servicing costs included � Must have wireless capability and be able to see all three axles live reading at one time Computer Hardware: � Receive and transmit data via non-USB Bluetooth � Measuring heads that transmits data via Bluetooth 2.0 or newer � Onboard Console with newest computer technology that receives/transmits data via Bluetooth 2.0 or newer, wired keyboard, wired mouse, monitor and wired printer Computer Software: � Windows 10 operating system, latest update � Operator alignment software user license, latest update, AGM compatibility preferred � Pre-delivery install of Army Gold Master (AGM), government supplied, if compatible with operator alignment software � Capable of updating the operating system, all other installed software, and firmware via the internet, by CD/DVD, or by technician site-visits � Capable of saving and printing alignment data per alignment event, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Kentucky intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Kentucky is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" 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/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be95e62ede844071ad6a28eeb57cbde9/view)
- Place of Performance
- Address: 672 Armory Drive , Jackson, KY 41339, USA
- Zip Code: 41339
- Country: USA
- Zip Code: 41339
- Record
- SN06230137-F 20220203/220201230113 (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 |