Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA660624Q0017
7/30/24: Added file RFI - Hoist system 7-30-24, which answers a question asked about the requirement. @ 1:18pm, added file RFI - Hoist system 7-30-24 v 2 and deleted the previous RFI file. -----------...
7/30/24: Added file RFI - Hoist system 7-30-24, which answers a question asked about the requirement. @ 1:18pm, added file RFI - Hoist system 7-30-24 v 2 and deleted the previous RFI file. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number FA660624Q0017, is hereby issued as a Request for Quote (RFQ) for the purchase of a Hoist System for Westover ARB. A purchase order (PO) will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2024-05, Defense Federal Acquisition Regulation Supplement (DFARS) Publication Change Notice 04/25/2024, and DAFFARS Change 7/7/2023. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/. (iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 333923 – Overhead Traveling Crane, Hoist, and Monorail System manufacturing, Small Business Size Standard is 1250 Employees. (v) Price list: items, quantities, and units of measure: *Complete Section B in Solicitation FA660624Q0017 (vi) Description of Requirement: Salient Features that are required: Hoist System - Capacity: 1,500 lbs or more. - Weighs no more than 500lbs - Unit includes "Leveler Bail", safely lift and level the weight of the object, adjusting the center-of-gravity under the hook to balance the load. - Push button controls - Maximum sling spacing: 84" - Minimum sling spacing: 0" - Heavy duty non-slip surface on drum - Heavy duty drive package - Power required: 110/1/60 - System to be used with a single crane/hoist hook - Meets ASME B30.20, BTH-1 design standards; design category "B", service class "2". (vii) Acceptance is FOB destination: 439 MXG, Westover ARB, Chicopee, MA 01022. (viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Quotes must include the following information with their Quote: Pricing, Company Name & Address, Point of Contract, Telephone, Email, Cage Code, UEI number, and Business Size. Found in section (v). *Complete Section B of Solicitation FA660624Q0008 Vendors MUST (if not completed in their SAM registration) certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “Provisions and Clauses Fill In” and submitting it with their Quote. Vendor Solicitation amendments, if any, need to be acknowledged. (ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See attachment “Provisions and Clauses Fill In” for full text. This requirement will be awarded on a basis of lowest price technically acceptable (LPTA). Price - Total evaluated price will be used and will be calculated by determining the sums of items listed in section B of solicitation FA660624Q0017. Technically acceptable will be determined by vendor answering the questions listed in section B of the solicitation and meeting all salient features outlined in section C of the solicitation. (x) Vendors must certify provision 52.212-3, Offeror Representations and Certifications-Commercial Items, if they have not completed the annual reps and certs in SAM, by filling in the appropriate fields in attached PDF titled, “Provisions and Clauses Fill In” and submitting with your Quote. (xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) IAW FAR 52.204-16, prospective awardees shall have an active UEI number prior to award of a government contract. To register for a UEI number and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices to the POC electronically through email and receive payment via government purchase card for supplies or services rendered. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) Quotes must be submitted via email no later than (NLT) 12:00 PM EDT, 16 August 2024 to robert.stacy.2@us.af.mil with "Solicitation FA660624Q0017" in the subject line. Questions for Solicitation FA660624Q0017 concerning this requirement must be submitted in writing to the email list above NLT 12:00 PM EDT, 2 August 2024. (xvi) Questions concerning this soliciting should be directed to Robert Stacy at robert.stacy.2@us.af.mil. (xvii) Funds are currently not available. The government will pay for services rendered via the government purchase card (GPC).