UFR MXS Vertical Lift
UNFUNDED: **** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**** PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2019. Please confirm that your items ... UNFUNDED: **** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**** PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2019. Please confirm that your items are on your GS Schedule or if they are Open Market. Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule#, and lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and FAR 25.2) All line items will accept a "OR EQUAL" (All items requested will accept an item that meets, exceeds, or equal specifications listed.) Pending Availability of Funds. Please make quotes good through 30 September 2019. Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply. Award will be based on Lowest Price Technically Acceptable (LPTA) Contact Points: TSGT Anthony Hayden / Anthony.m.hayden2.mil@mail.mil Delivery/Service shall be FOB Destination for the following items to: Kentucky Air National Guard 1101 Grade Lane Louisville, KY 40213 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2019-01) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 337215 with a small business size standard of 500 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration. *** All interested Contractors shall provide a quote for the following: All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All line items will accept items that meet or exceed specifications of items solicited as an OR EQUAL item. A SITE SURVEY OF THE FACILITY IS HIGHLY RECOMMENDED PRIOR TO SUBMITTING A QUOTE. 1. SCOPE OF WORK The contractor will quote the purchase of new vertical lift to include installation to replace existing vertical lift. Contractor is responsible for the disassembly and removal of existing vertical lift to include any disposal fees that may be associated with disposal. Contractor will disconnect electrical of existing vertical lift and then reconnect electrical to new vertical once installation has been completed. Contractor will provided training to requesting agency upon completion of installation. SITE SURVEY INFORMATION The Kentucky Air National Guard will hold a site visit for all interested in UFR MXS Vertical Storage Lift posted on FBO www.fbo.gov on Tuesday, July 30, 2019. This solicitation is a 100% small business set-aside. Date: Tuesday, July 30, 2019 Time: 1:00 PM Eastern Standard Time Interested vendors shall meet at the Kentucky Air National Guard Base located at 1101 Grade Lane, Louisville, Kentucky 40213 no later than 12:45 PM. This is to ensure enough time to process through gate entry as you will require a gate escort. The site visit will include a tour of current location of Vertical lift needing to be removed and replaced with new Vertical Lift. Individual meetings with interested vendors either prior to, at the conclusion of, or in the days/weeks following the site visit will not be scheduled. Interested vendors must confirm their attendance no later than Friday, July 26, 2019 by 3:00 PM EST. by contacting the Contracting Office via email anthony.m.hayden2.mil@mail.mil and/or Amanda.l.blackburn2.mil@mail.mil. Please include the names of the individuals planning to attend from your company. The Contracting Office will acknowledge receipt of your email upon receipt. A vendor's decision not to attend the site visit will not preclude the vendor from providing a quote for this project. However, the KYANG will not be providing additional specifications other than those listed within the solicitation, and additional site visits and individual meetings for this project will not be conducted. Vendors may submit questions needing clarification to the Contracting Office by Monday August 5, 2019 9:00 AM EST. If necessary an amendment to the RFQ will be posted no later than Monday August 12, 2019 9:00 AM EST. Final quotes must be submitted by close of solicitation Friday August 16, 2019 3:00 PM EST. Please direct any questions regarding this procurement to the Contracting Office: TSgt Anthony Hayden Anthony.m.hayden2.mil@mail.mil and MSgt Amanda Blackburn Amanda.l.blackburn2.mil@mail.mil Price Schedule: All offerors shall provide a quotation for the following line items: CLIN 0001 Vertical Lift Shuttle QTY 1 EA 96" W X 34" D • Trays Provided: QTY 60 EA Tray Capacities: 60 trays @ 775 lbs. per tray • Foot print of lift is to have a maximum height of 21' 6 ", maximum width 110" and a maximum depth 125" • The maximum unit capacity is to be no less than 147,600 lbs. • The average access time for the unit to deliver a tray to the access opening will be no greater than 35 seconds • The unit will be powered using 480v, 3 phase, 20 amp electric that will be connected to an existing source within the facility where it will be setup • The unit will provide a safety device to prevent operation of the unit if the operator or a foreign device crosses the tray access area while unit is in motion • 55 total metal divider sets for the trays will be provided with the unit as follows. 10 sets providing 102 cells at 5" X 5" X 3" H. 18 sets with 102 cells 5" X 5" X 4" H. 13 sets with 52 cells 7" X 7" X 4"H. 14 sets with 30 cells 9" X 9" x 4"H. CLIN 0002 Installation of vertical lift to include disassembly of existing Hanel Lean Lift of similar dimensions. The Hanel unit is to be disconnected from existing electrical source, disassembled, and palletized for movement and disposal. Requesting unit will be responsible for empting of all equipment from Hanel unit prior to disassembly and disposal of unit. CLIN 0003 Mechanical and electrical installation of vertical lift unit purchased will include full assembly, electrical connection to existing power, and an operational performance check of unit once fully assembled. CLIN 0004 Training will be provided to requesting Agency on vertical lift unit to include loading of trays into unit and all general principles of operation of unit once installation has been completed Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors- Commercial Items 52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications Clauses The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier 52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management 52.204-19 Incorporation by Reference of Representations and Certificates 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-4 Contract Terms and Conditions- Commercial Items 52.216-25 Contract Definitization 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)) 52.222-3 Convict Labor (June2003) (E.O. 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury) 52.232-25 Prompt Payment 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013) Clauses incorporated by Full Text 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2018-O0021) (SEP 2018) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (14)(i) _X 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Friday, August 16, 2019 at 3:00PM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at anthony.m.hayden2.mil@mail.mil or amanada.l.blackburn2.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Anthony Hayden (502) 413- 4617 if any additional information is required. Evaluation Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »