Bridge Crane
18 June 2019 ****CHANGE LOG 2**** Extending solicitation close date to 1 July 2019, 1:00pm CST. Adding a second Site Visit. Site Visit information: A Site Visit is scheduled for Monday, 24 June 2019 a... 18 June 2019 ****CHANGE LOG 2**** Extending solicitation close date to 1 July 2019, 1:00pm CST. Adding a second Site Visit. Site Visit information: A Site Visit is scheduled for Monday, 24 June 2019 at 9:00am CST. Please contact MSgt Rebecca Dimler at rebecca.p.dimler.mil@mail.mil in order to gain access to the base. All forms must be returned to MSgt Dimler no later than 1:00pm CST Thursday, 20 June 2019 to ensure proper processing time. All other terms and conditions remain unchanged. 11 June 2019 ****CHANGE LOG 1**** Removed "cascading" from set aside. Added an attachment to show joists in the building where crane will be installed, to include slope of joist information. All other terms and conditions remain unchanged. 30 May 2019 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02. This combined synopsis/solicitation is a small business set-aside. North American Industrial Classification Standard 333923 applies to this solicitation; business size standard is 1,250 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: CLIN 0001: Ceiling mounted bridge crane - 1 each - Minimum 500 pound lifting capacity - Capable of lifting items and transferring approximately 10' - Roof joists may be required for lateral bracing - Contractor will be required to verify the capacity of existing roof joists and need for lateral bracing Site Visit Information: A site visit will be held on 10 June 2019 at 10:00 AM CST. Please make prior arrangement by contacting MSgt Dimler in order to gain access to the base. Preparing and Submitting your Quote: Offerors shall provide pricing for the above items to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6031. Please make quotes valid until 31 July 2019. All questions must be directed to Rebecca Dimler at rebecca.p.dimler.mil@mail.mil no later than two business days prior to quote due date or may not be considered. All questions and answers must be in writing. Do not contact other Government personnel, as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery, and past performance factors considered. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to www.SAM.gov to register prior to submitting a quote. At the time of evaluation of your quote, your company shall have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. If an individual item of supply is valued at over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, or GRAI are considered equivalent of a UID. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Manpower Reporting **The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. Provisions: FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Dec 2018); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212?1, Instructions to Offerors-Commercial Items (Oct 2018); FAR 52.212?2, Evaluation-Commercial Items (Oct 2014); FAR 52.212?3 Alternate I, Offeror Representations and Certifications-Commercial Items (Oct 2018); FAR 52.212?4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2018); FAR 52.219?6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Re-representation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222?21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222?50, Combating Trafficking in Persons (Jan 2019); FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225?13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233?3, Protest After Award (Aug 1996); FAR 52.233?4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252?2, Clauses Incorporated by Reference (Feb 1998); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232?7010, Levies on Contract Payments (Dec 2006); DFARS 252.247?7023, Transportation of Supplies by Sea (Apr 2014). Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »