이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] 50K Forklifts DLA Disposition Services
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.11.02
원본

 

공고명: 50K Forklifts DLA Disposition Services

게시일: 2017/10/31

마감일: 2017/11/29

수행지역: 미국

카테고리31 - 제조부품 

 

공고내용

 

Solicitation Number :

SP451018Q1001


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Oct 30, 2017 10:21 am
  This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice.  This is for a single award with a one-year base period and four one-year options.  The required equipment is per the attached specifications, including its delivery timeframes.  This procurement is a 100% Small Business Set-Aside set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 333120, applicable threshold is 1,250 employees, via an existing Non-Manufacturer Class Waiver approved by the U.S. Small Business Administration such that Small Business Dealers are eligible.  The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3).  If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer.   See Attachment 01 for the Bid Schedule and Specifications/Additional Terms.    All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies.  Any/all required documentation and service related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR.  Deliveries must be performed during normal installation work hours which are available from the above POCs or COR, excluding Federal holidays.   A.  The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B.  The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor whose offer conforms to the solicitation and offers the lowest total price after a pass/fail evaluation of the firm's technical submittal vs. the equipment specifications/additional terms including required training.  See the instructions to follow for submittal requirements. C.  In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D.  FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E.  FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement.   52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.219-6, Notice of Total Small Business Set -Aside (NOV 2011) 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003);     The following additional FAR clauses apply to this procurement:   52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-19 - Incorporation by Reference of Representations and Certifications 52.216-19, Order Limitations (A minimum order amount of one equipment line item is required, and a maximum order of 400% of the initial order's requirements, with the full text of this clause to be included in the anticipated bilateral award)* 52.216-22, Indefinite Quantity (Fill-in is 60 months from contract award) 52.217-09, Option to Extend the Term of the Contract (fill-ins are 7 calendar day notice provided there is a 14 calendar preliminary notice, with overall contract duration maximum of 5 years) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination   * Minimum/maximums for the base period and each option period of the contract itself are (any) one equipment line item,  and a maximum value of 200% above the total estimated value for the period.   The following DFARS clauses apply to this procurement:   252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 52.204-9000 Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.216-7006, Ordering (fill-in is through each 12-month period, subject to option exercise(s)) 252.225-7000, BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)                         (Firm(s) eligible for award after evaluations will be required to complete the certificate content) 252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-BASIC (DEC 2016) 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2016) 252.225-7013, DUTY-FREE ENTRY (MAY 2016) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateteral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013)     Note that a Reverse Auction under this action is possible per applicable DLA coverage, with that coverage/instructions to  be provided if a Reverse Auction is utilized.  Firm's submitting proposals under this action agree to participate in the Reverse Auction if it occurs and acknowledge it as a possible negotiation tool being used by the Government under this action, though note that this does not mean firms are required to lower their submitted prices if they choose not to.   INSTRUCTIONS TO OFFERORS:   Submit quotes by email to joe.bednar@dla.mil no later than November 29, 2017, at 2:00 P.M. Eastern Time.  Attention should be noted to FAR 52.212-1(f), concerning late submissions.  The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.  Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include:     1)     The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items, all periods.    2)   Complete listing of CLIN 0001-0003 specifications for each offered equipment item, fully demonstrating that each meets the required specifications in the attachment including required training.   3) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.   Any solicitation questions shall be submitted no later than November 9, 2017 at 2:00 PM Eastern Time.  In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation.  The Government is not responsible for answering questions received after this deadline.   EVALUATION:   Quotations will be evaluated on a Lowest-Priced Technically Acceptable basis.  Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (inclusive of options) after a pass/fail evaluation of the contractors' provided technical submittals.  

 

Please consult the list of document viewers if you cannot open a file.


Bid Schedule and Specifications


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

Bid Schedule and Specifications


Posted Date:

October 30, 2017

 

50k_Bid_Schedule_and_Specs.pdf (673.54 Kb)

Description: Bid Schedule and Specifications

 

Contracting Office Address :

Federal Center 74 Washington Avenue North Battle Creek, Michigan 49037-3092 United States


Place of Performance :

DLA Disposition Services Co