SOLICITATION NOTICE
38 -- Box and liftgate for truck
- Notice Date
- 8/25/2022 12:07:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
- ZIP Code
- 51111-1396
- Solicitation Number
- W50S72-22-Q-7102
- Response Due
- 9/8/2022 8:30:00 AM
- Archive Date
- 09/23/2022
- Point of Contact
- Mark A. Crombie, Phone: 7122330513, Allison N. Harbit, Phone: 7122330512
- E-Mail Address
-
mark.crombie.1@us.af.mil, allison.harbit@us.af.mil
(mark.crombie.1@us.af.mil, allison.harbit@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This solicitation, W50S72-22-Q-7102, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, effective 10 August 2022. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code is 336212 and the small business size standard is 1,000 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial items are requested in this solicitation: Minimum Specifications: 0001 � Dry freight box with liftgate for truck - INSTALLED Quantity:� 1 EACH Dry freight box with liftgate for 2009 International 4300M7 SBA 4 X 2 truck 12 feet long X 8 feet wide X at least 7 feet 6 inches wide Box can be blue or white, at least .040 aluminum pre-painted 3� I-Beam crossmembers, 16� on center At least 1 1/8� laminated hardwood flooring Complete undercoating 2 panel full swing doors opening at least 88 inches wide X at least 77 inches high At leat 3/8� plywood lined 2 rows of E-Track at 2� and 4� At least �� plywood liner at front Aluminum roof At least 2 interior dome lights All LED exterior lighting At least 2,000 lbs. liftgate capacity At least 40� X 80� wedge style liftgate platform Galvanized finish on liftgate framework 2 Step rear dock bumper ***Please include COMPLETE INSTALLATION Submission Requirements: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or UEI Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, attached separately for submission convenience (FAR and DFARS Section 889 Representations). 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Contractors shall not quote sales prices that will expire before 30 September 2022. 6. Questions regarding this solicitation shall be emailed to SMSgt. Mark A. Crombie and 1st Lt. Allison Harbit, no later than 10:30 AM Central on Thursday, 08 September 2022. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 7. Proposals are due at: 185ARW/MSC ATTN: SMSgt. Mark A. Crombie 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, or e-mail to mark.crombie.1@us.af.mil� and allison.harbit@us.af.mil �It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0b34152f56034d23ba391949b7bf5635/view)
- Place of Performance
- Address: Sioux City, IA 51111, USA
- Zip Code: 51111
- Country: USA
- Zip Code: 51111
- Record
- SN06441265-F 20220827/220825230128 (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 |