SOLICITATION NOTICE
36 -- ARTICULATING BOOM LIFTS JLG MODEL 450 AJ PK
- Notice Date
- 7/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
- ZIP Code
- 17201-4152
- Solicitation Number
- W25G1Q2137001W
- Response Due
- 7/30/2012
- Archive Date
- 9/28/2012
- Point of Contact
- Kevin Duffy, 717 267-8938
- E-Mail Address
-
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This is a follow on Request For Quote for solicitation number W911N2-12-T-0150. This announcement will be issued as a combined synopsis/solicitation. This Request for Quotes (RFQ) is unrestricted. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price, technically acceptable. See Attachment II for the Specifications. The RFQ shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 333923. The SB size standard for this code is 500 Employees. CLIN 0001 - PURCHASE AND INSTALL LIFT, PLATFORM, 45 FT. ARTICULATING BOOM, 4 W/D, OSCILLATING AXLE, IN ACCORDANCE WITH SPECIFICATIONS PROVIDED, JLG, PN450AJ, OR EQUAL. QTY: 2 EA PERIOD OF PERFORMANCE: 9/30/2012. All items shall be delivered and installed at Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.bpu.gov/orca FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.211-6 Brand Name or Equal (AUG 1999); FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2012) (Deviation) FAR 52.219-1 Small Business Representations (APR 2011); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contracts And Compliance Reports (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.247-34 F.O.B Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (MAR 2011); DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.duffy4@us.army.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Please refer to clause L19 for WAWF information and training. See Attachment I. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 4:00 P.M. Eastern Daylight Standard Time on 30 July 2012. All quotes must be marked with RFQ number and title. Email quotes will be accepted. Attachment I 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: Lowest Price, Technically Acceptable. The Government intends to evaluate and award a contract without discussions with offerors. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO FAR 52.212-2 Technical acceptability shall be determined on the ability to meet requirements on the specification sheet. If the contractor is proposing an equal item, clearly identify the item by manufacture make and model number; include sufficient descriptive literature and specifications to show how the item meets all requirements on the specification sheet. L-19 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (October 2010) All requests for payment shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Payment requests include receiving reports, invoice and vouchers. Hardcopy submission of receiving reports and invoices will no longer be accepted. The contractor shall ensure an Electronic Business point of contact is designated in the Central Contractor Registration at http://www.ccr.gov and register to use WAWF at https://wawf.eb.mil. Vendor training is available at http://www.wawftraining.com. Additional support can be obtained by calling the Army WAWF helpdesk at 1-877-232-9293 or http://www.dfas.mil/contractorpay/electroniccommerce/wawfvendortools.html. Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, company invoices and reports, etc.) can be included and attached to the submission via WAWF. Attachments created in any Microsoft Office product or Adobe Acrobat are attachable. Total limit for the size of files per invoice is 5 megabytes (MB). Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) at 1-800-756-4571. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Types of WAWF Documents: __X___ a. Supplies - The contractor is encouraged to use the Combination Invoice and Receiving Report (COMBO) for submitting invoices for supplies. This eliminates the need to separately process a receiving report and invoice. ______b. Receiving Report Only - If this option is selected, an Invoice Only Document must be submitted after Acceptance has occurred. _____ c. Services (Firm Fixed Price) - Select "Invoice as 2-in-1" for firm fixed price services. ____ d. Services (Cost Type ) - Select Cost Voucher ( T&M-LH-Cost) _____ e. Commercial Item Financing _____ f. Construction Invoice _____ g. Invoice Only _____ h. Performance Based Payment _____ i. Progress Payment The following codes will be required to route your receiving reports, invoices and vouchers correctly through WAWF: Contract #: Delivery Order Number: CAGE Code: Pay Office DoDAAC: Issue by DoDAAC:W911N2 Admin DoDAAC: Inspect By DoDAAC: Acceptor DoDAAC: Ship to DoDAAC: (if different than Acceptor) Service Approver: (Used for Cost Vouchers Only) DCAA Office DoDAAC: (Used for Cost Vouchers Only) Contracting Officer:Major Andres Ramirez andres.ramirez@us.army.mil Send Additional Email Notifications. After submitting a document in WAWF, the contractor will be prompted to send additional e-mail notifications. Additional e-mails are to be sent to the following: (Specific Contract Specialist and COR/Technical Monitor e-mail address): Kevin Duffy, Contract SpecialistKevin.duffy4@us.army.mil L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Clause) Attachment II -Specifications - Engine Powered Boom Lift - 4 wheel drive - 45 ft. Platform Height Elevated - Articulating Jib - Platform - 30 x 72 in. with side entry - Inward Swinging Self-Closing Gate - 180 Degree Hydraulic Platform Rotator - Oscillating Axle - Fall Arrest Platform (Perform work outside the platform with confidence using the Fall Arrest Platform. It allows the operator to move a full 270 around the platform within a radius of six feet while secured to the platform. The Fall Arrest Platform meets or exceeds applicable OSHA Regulations in 1926.502, CAL/OSHA article 6, appendix C and ANSI A92.5-2006, and CSA B354.4-02.) - Platform Console Machine Status Light Panel (Provides indicator lights at platform control console for system distress, low fuel, 5 degree tilt light, and foot switch status) - 110V-AC Receptacle in the Platform - 5 Degree Tilt Alarm/Indicator Light - Rim Protector Lug Tread Tires - Swing Out Engine Module - Gull-wing Turntable Hoods - 12V-DC Auxiliary Power - Hourmeter - Hydrostatic Drive - Proportional Controls - Lifting/Tie Down Lugs - Horn - Cast Aluminum Control Box - Operator Tool Tray - Motion Alarm - sories & Options - 1 2 in. Air Line to Platform - Foam-Filled Tires (SAFETY FEATURE) - Exhaust Purifier Muffler (Deutz) - Flashing Amber Beacon - Cold Weather Kit (Includes battery blanket, hydraulic tank heater, glow plugs (Deutz) - Semi-Trak (4 Wheel Drive) - Light Package (head lights, tail lights, platform work lights) Reach: - Platform Height 45 ft (13.72 m) - Horizontal Outreach 24 ft 6 in. (7.47 m) - Up and Over Height 25 ft 2 in. (7.67 m) - Swing 360 Degrees Non-Continuous - Platform Capacity - Unrestricted 500 lb (227 kg) - Platform Rotator 180 Degrees Hydraulic - Jib 4 ft 1 in. (1.24 m) - Range of Articulation 145 Degrees (+78, -67) Dimensions: - Platform Size 30 x 72 in. (0.76 x 1.83 m) - Overall Width 6 ft 10 in. (2.08 m) - Tailswing (working condition) Zero - Stowed Height 7 ft 5 in. (2.26 m) - Stowed Length 21 ft 5 in. (6.53 m) - Wheelbase 6 ft 6 in. (1.98 m) - Ground Clearance 14 in. (36 cm) - Max. Ground Bearing Pressure 36 psi (2.53 kg/cm2) Chassis: - Drive Speed 4WD 4.5 mph (7.2 kmph) - Gradeability 4WD 45% - Rough Terrain capabilities - Tires 18x19.5 inch (Foam Filled) wide lug tread tires - Axle Oscillation 8 in. (20.3 cm) - Turning Radius (Inside/Outside) 5 ft 8 in. /14 ft (1.73 m/4.27 m) Power Source: - Diesel Engine - Deutz F3M1011 47 hp (35 kW) - Fuel Tank Capacity 16.5 gal. (62.5 L) - Hydraulic Reservoir 30 gal. (113.6 L) - Auxiliary Power 12V DC Warranty: 12 months (Bumper to Bumper) and 5 years structurally Machines must meet or exceed applicable OSHA Regulations in 29 CFR 1910.67, 29 CFR 1926.453, ANSI A92.5-2006 and CSA standard B354.4-02.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc258a125a7a8e59bc2482be1586c88d)
- Place of Performance
- Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
- Zip Code: 17201-4152
- Zip Code: 17201-4152
- Record
- SN02813040-W 20120726/120724235458-cc258a125a7a8e59bc2482be1586c88d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |