SOLICITATION NOTICE
17 -- Wireless Remote Controlled Landing Dolly
- Notice Date
- 8/1/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
- ZIP Code
- 21078-4094
- Solicitation Number
- W912K6-13-Q-1067
- Response Due
- 8/19/2013
- Archive Date
- 9/30/2013
- Point of Contact
- Christy L. Hunter, 410-942-8477
- E-Mail Address
-
USPFO for Maryland
(christy.l.hunter.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- 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 solicitation, W912K6-13-Q-1067, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. This procurement is a total small business set-aside. The NAICS code is 336413 and the small business size standard for this NAICS Code is 1000 Employees. The Maryland Army National Guard (MDARNG) is requesting quotations for the following item, brand name or equal: Quantity of one (1) each, Heliwagon Wireless Remote Controlled Landing Dolly for skid helicopters. Required options: -Qty 1 - Light Package -Qty 1 - Logo (MDARNG provided upon award) -Qty 1 - Additional Remote The Wireless Remote Controlled Landing Dolly must meet the following physical, functional and performance characteristics in order to be considered equal: -Minimum 8000 lbs capacity; -Large 14' X 16 quote mark deck; -Non-skid, polyurethane deck surface; -Zero turn radius; -Approximately 200 feet per minute maximum forward speed; -Steel casters and drive wheels with shock absorbing, non marring polyurethane surface; -Low profile deck frame assembly; -Wireless remote controlled from transmitter; -Frequency Hopping Spread Spectrum (FHSS) remote control is FCC approved, tamper proof, and engineered for safety and reliability in high risk environments; -On-board charger; -Has locking wheel system that eliminates the use of chocks; -Minimum two (2) year full warranty. No government specifications or drawings are available. All shipping charges to Edgewood, Maryland 21010 are included. If submitting on product, other than brand name, the offeror must submit a complete specification package, including photographs of the recommended product. The following clauses are provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.204-99, System for Award Management Registration (AUG 2012); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52-212-2, Evaluation of Commercial Items (Price, Technical Capability & Past Performance); FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders - Commercial Items; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52-219-6, Notice of Small Business Set-Aside; FAR 52.219-8, Post-Award Small Business Program Re-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; 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-50, Combating Trafficking Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.227-1, Authorization and Consent; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes Fixed Price (Alt 1); FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representations Relating to Compensation for Former DOD Officials; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal &Year 2013 Appropriations; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial items applies to the Request for Quotation and offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website SAM (https://www.sam.gov/). The full text of these clauses and provisions may be assessed electronically at the website http://farsite.hill.af.mil. Prospective contractors must be registered in the System for Award Management (SAM) prior to award of a government contract. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea - Alternate III;. All quotes/responses must be received no later than 5:00 P.M., Eastern Daylight Savings Time, 19 August 2013, with an anticipated award date on/around 29 August 2013. The following factors will be considered: price, technical capability and past performance. The Government intends to evaluate quotations/offers and award a contract without discussions with offerors (except clarifications as described in FAR 13.306(a)). The government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Point of Contact Christy Hunter, Contract Specialist, (410) 942-8477, FAX (410) 942-8458 or email at christy.l.hunter.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-13-Q-1067/listing.html)
- Place of Performance
- Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
- Zip Code: 21078-4094
- Zip Code: 21078-4094
- Record
- SN03135638-W 20130803/130802000950-91a939cf1fa4c49b5bc749d3eb5ddd22 (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 |