Oshkosh Snow Broom (H-Series Truck)
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This ann... This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665619QA001 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-01 (20 December 2018) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20181031. This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 333120; the small business size standard is 1,250 employees. The 911th AW has a requirement to procure the commercial item listed below. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following item(s): CLIN 0001 - (1) Oshkosh Snow Broom (Oshkosh H-Series Truck) Oshkosh H-Series Truck - H2923BCZ-GAFC, Serial Number - 10TBFAF19AS118013 TRUCK WILL BE MODIFIED TO MEET SPECIFICATIONS NOTED BELOW. The requirement is for an 18 foot wide runway broom with a 46 inch diameter for an H-Series Oshkosh Truck that will use snow blower engine power broom head and air blower with integrated controls in chassis for broom. It should have a J-hook (flame cut curved arms) style hitch with hydrostatic drive for broom head and air blower that uses snow blower ribbon drive pump for the broom head. It must be a 412 rpm broom with 3,311 ft-lbs of available torque (requires 180cc ribbon drive pump), free floating, shock absorbing - weight transfer broom head hitch for improved tractive effort, braking, steer ability and overall handling of the broom chassis. The broom must have oscillation of 8 degrees (+4, -4) permitting broom head to tilt independent of truck to compensate for surface variations to minimize brush pattern variation during operation. Power must be transmitted to the broom core via gearboxes utilizing keyed tapered hubs to prevent any looseness in the connection for vibration concerns. It requires molded urethane drive cogs for torque transmission, hardened steel pilot plates and core sprockets to support the radial loads. The entire broom head vibration must be analyzed as final QA with report on vibration spectra (FFT plot). Government's intent is to award a single contract between the Government and the Contractor, to the lowest-price, technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. The 18ft runway broom must be for H-Series Oshkosh Truck. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.farsite.hill.af.mil. List of applicable provisions: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7001, Buy American and Balance of Payments Program List of applicable clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-22, Alternative Line Item Proposal. FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-13, Notice of Set-Aside of Orders. FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-37, Employment Reports on Veterans. FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-4, Applicable Law for Breach of Contract Claim. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act. FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7006, Billing Instructions DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7028, Application for U.S. Government Shipping Documentation/ Instructions AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) Offerors shall certify company information is accurate and current in the System for Award Management (SAM). Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910th CONF/PK. All quotes must state at a minimum: the unit price, discount/payment terms, delivery time after receipt of award, expiration date of quote and FOB terms. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on 13 March 2019. Please submit quote via email to lori.jenkins.1@us.af.mil or phyllis.delgros@us.af.mil, fax at (330) 609-1042, or by mail to 910th CONF/PK, BLDG 504, ATTN: Lori Jenkins or Phyllis Delgros, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please call at (330) 609-1041. Contracting Office Address: Youngstown Air Reserve Station 910 MSG/CONF 3976 King Graves Rd-Unit 31 Vienna, OH 44473-5931 Place of Delivery/Acceptance: 911th Airlift Wing, CE/CERU 2475 Defense Ave Coraopolis, Pennsylvania 15108
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »