SOLICITATION NOTICE
38 -- Planetary Concrete Mixer - Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) - Attachments - Description of Requirement and Bid Form
- Notice Date
- 8/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF51359363
- Archive Date
- 9/17/2015
- Point of Contact
- Graham Landers Grant, Phone: 6016345335
- E-Mail Address
-
landers.grant@usace.army.mil
(landers.grant@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Submission Form Description of Requirement 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. Requisition Number W81EWF51359363 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed as a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical & Structures Laboratory at Vicksburg, MS has a requirement for the following: A new planetary concrete mixer is required to produce novel concrete mixtures used for research and development in the areas of Force Projection and Protection Systems operating in an Anti-Access/ Area Denied environment. SPECIFCATIONS: - A planetary concrete mixer will be required to be capable of producing novel concrete mixtures in a laboratory environment. The following name-brand planetary concrete mixer - or equivalent - is acceptable: Sicoma Planetary Mixer MP565/375. Salient characteristics of an acceptable planetary concrete mixer, at a minimum, include: • Concrete output per mixing cycle will be a minimum of 0.5 cubic yards. • At least three mixing arms. • Clearance between the mixing paddles and the bottom of mixing pan must be adjustable. • Wear resistant liner in mixing pan floor must be able to be replaced as required. • Continuously variable mixing speed, adjusted by the user at the control panel. • Minimum 15 horsepower motor. • A skip to hoist the dry materials and then dump the dry materials into the mixing chamber. • Overall floor or "Footprint" dimensions of the mixer and its support structure, maximum of 11 feet wide, 15 feet deep from front or discharge side of mixer to back of mixer and support structure. 20 foot height restriction. • Bottom of discharge door should be 4 feet clearance above floor. Clearance should allow small concrete bucket to be placed under the discharge door for filling. • Control panel for mixer is mounted on the mixer. • Sampling Box for sampling concrete mixtures without discharging the mixer. • Integrated high pressure washing system for cleaning of mixing chamber. • Dust collection airbag. • Service side door to aid in cleaning mixer. • Pricing must include all costs including installation (power supply will be provided by the Government at the point of installation). Delivery will be FOB Destination to the following location: The planetary concrete mixer should be provided to the ERDC within 90 days of contract acceptance. * Directions to exact location within the ERDC installation located in Vicksburg, MS will be provided upon award. There is a link titled Additional Documentation near the bottom of this posting by which potential vendors may access the following attachments: Attachment 01 (Description of Requirements) Attachment 02 (Bid Submission Form) The North American Industry Classification System Code for this procurement is 333120 (Construction Machinery Manufacturing) with a size standard of 750 employees. In accordance with the attached Description of Requirement (Attachment 01), an award for this acquisition will be provided to the vendor whose quote is the Lowest Priced of those determined to be Technically Qualified. FAR 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: 1) Technical - Providing a Planetary Concrete Mixer that at least meet the minimum specifications as defined in Attachment 01 2) Price The vendor must submit the following so the Government can evaluate the offeror's technical acceptability: 1) Sufficient information to determine that the quality of the Planetary Concrete Mixer and are in accordance with the Description of Requirement as defined in (Attachment 01) 2) Must include a completed Bid Submission Form (Attachment 02) and include specifications of quoted equipment. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items 52.243-1 Changes -- Fixed-Price The following clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7010 Levies on Contract Payments Additionally, the following clauses/provisions located within FAR 52.212- 5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52-222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quotes are due 02 September 2015 not later than 12:00 p.m. Central Standard Time by email addressed to Landers.Grant@usace.army.mil or hard copy mailed to ATTN: Landers Grant Engineering Research and Development Center, Contracting Office, 3909 HALLS FERRY RD., VICKSBURG, MS 39180-6199, For all technical inquiries and questions relating to this solicitation, contact Landers Grant at 601-634-5335 or email at Landers.Grant@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF51359363/listing.html)
- Place of Performance
- Address: U.S. Army Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL), 3909 Halls Ferry Road, Vicksburg, Mississippi, 39180-6199, United States
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN03856903-W 20150828/150826235827-184f2460b3fc177d00175fbcc0576eb9 (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 |