Vehicle Lift and Installation
COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Vehicle Lift and Lighting Kit (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as su... COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Vehicle Lift and Lighting Kit (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4877-19-Q-0349 is hereby issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 effective 12 Jul 2019, Defense Procurement Notice 20190628, and Air Force Acquisition Circular 2018-0525 effective 25 May 2018. (iv) This solicitation is being issued as a total small business set aside with an associated North American Industrial Classification System (NAICS) code of 333921 - Elevator and Moving Stairway Manufacturing, with a small business size standard of 1000 employees. (v) The Government intends to award a firm-fixed priced contract for the following: Contract Line Items: CLIN: 0001 -Hunter Engineering Company, Vehicle Lift (p/n: L451LT-PS; Color: Black) or equivalent -Qty: 1 / Unit of Measure: EA CLIN: 0002 - Hunter Engineering Company, Lighting Kit (p/n: 20-2993-1) or equivalent -Qty: 1 / Unit of Measure: EA CLIN: 0003 -Installation -Qty: 1 / Unit of Measure: EA Extended Description: The vehicle lift must include the following salient characteristics or equivalent: a. 0001 - Vehicle Lift - Heavy duty 4-post rack, long deck - Open front (no cross bar) - 18,000 lb. capacity, 211" 2-wheel alignment wheelbase - Two (2) 9,000 lb. capacity swing air jacks - Two movable work steps - Air-line kit with air outlets - High density cables and cast pulleys with long-life bearings - Heavy duty louvered ramps with wheel stops - Requested bay width, 15 ft- 3 3/8 in. - Requested bay length, 27 ft- 8 ½ in. - Minimum height, 8.75 in. b. 0002 - Lighting Kit - L45x 4-post lift LED lighting kit - Must illuminate front and rear of vehicle. - May turn on/off automatically as rack is raised/lowered. Brand Name or Equivalent Justification: The item(s) required by this solicitation, namely Hunter Engineering Company products or equivalent, have been identified suitable by the 355th Logistics Readiness Squadron (LRS) in order to perform mission-related vehicle operations and maintenance procedures on Davis-Monthan Air Force Base. In accordance with Air Force Manual (AFMAN) 91-203, personnel working on and around heavy equipment systems must be provided with, and comply by, comprehensive safety procedures; therefore, the present request for a capable vehicle lift strong enough to bear the weight of multiple heavy duty utility vehicles is necessary. (vi) Delivery Information: Delivery shall be Free On Board (FOB) Destination. Final destination address will be made available at the time of award. (vii) Evaluation Criteria: The Government intends to award to the offeror whose quote is the lowest priced technically acceptable. Technical acceptability is defined and referred to within this solicitation as the offeror's capability to meet the defined salient characteristics of the product as delineated in this document. The Government intends to evaluate offers and award without conducting discussions, but reserves the right to do so, which is subject to the discretion of the Contracting Officer. Therefore, the initial quotation should contain the offerer's best terms from a price and technical standpoint. Offers that fail to submit required representations and information requested under this solicitation, thereby reject the terms and conditions and shall be excluded from consideration. *The Government reserves the right to make multiple or no award. (viii) Important Dates/Times: (All Times are Arizona Local Time) a. Questions are due by Tuesday, 13 August 2019, by 10:00 a.m. b. Answers will be provided by Wednesday, 14 August 2019, 4:00 pm. c. All quotes shall be submitted by Thursday, 15 August 2019, 2:00 p.m. *It is the responsibility of the vendor to ensure their quote was submitted via email on time and to the points of contact included below. All amendments to this solicitation will be made available on the Governmentwide point of entry, fbo.gov. (ix) Point of Contacts: a. Primary: Juan Sanchez III, juan.sanchez.35@us.af.mil, 520-228-2377 b. Alternate: Richard Snyder, richard.snyder.12@us.af.mil, 520-228-5484 (x) Provisions and Clauses 1. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect if it were given in full text. 2. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, to include the following excerpt, with the same force and effect if it were given in full text. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Technical capability ii. Price 3. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with their quotation. 4. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 5. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text. *Additionally, the following apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.206-7000 Domestic Source Restriction 1991-12 SEC K 252.211-7003 Item Unique Identification and Valuation. 2016-03 SEC I 252.211-7007 Reporting of Government-Furnished Property. 2012-08 SEC I 252.215-7007 Notice of Intent to Resolicit. 2012-06 SEC K 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 2011-06 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7006 Wide Area WorkFlow Payment Instructions. 2018-12 SEC I 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property. 2012-04 SEC E 252.245-7002 Reporting Loss of Government Property. 2017-12 SEC I 252.245-7003 Contractor Property Management System Administration. 2012-04 SEC I 252.245-7004 Reporting, Reutilization, and Disposal. 2017-12 SEC I 252.247-7023 Transportation of Supplies by Sea. 2019-02 SEC I 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) 2011-11 SEC I Deviation 2019-O0003 2019-01 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 2017-01 SEC I 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 2018-10 SEC I 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC K 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC I 52.204-22 Alternative Line Item Proposal. 2017-01 SEC I 52.204-7 System for Award Management. 2018-10 SEC L 52.219-13 Notice of Set-Aside of Orders. 2011-11 SEC I 52.219-6 Notice of Total Small Business Set-Aside. 2011-11 SEC I 52.222-26 Equal Opportunity. 2015-09 SEC I I 2011-11 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.222-36 Equal Opportunity for Workers with Disabilities. 2014-07 SEC I 52.222-50 Combating Trafficking in Persons. 2019-01 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. 2016-12 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 SEC I Alternate I 2014-05 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.245-1 Government Property. 2017-01 SEC I 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I 52.202-1 Definitions. 2013-11 SEC I 52.204-19 Incorporation by Reference of Representations and Certifications. 2014-12 SEC I 52.223-6 Drug-Free Workplace. 2001-05 SEC I 52.233-3 Protest after Award. 1996-08 SEC I 52.247-34 F.o.b. Destination. 1991-11 SEC F 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). 1984-04 SEC I 52.252-2 Clauses Incorporated by Reference 1998-02 SEC I
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »