SOLICITATION NOTICE
38 -- High Tech Regional Training Site (HTRTS-M) Support Equipment - Statement Of Work
- Notice Date
- 2/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-16-T-1084
- Archive Date
- 2/28/2017
- Point of Contact
- John W. Fields, Phone: 609-562-2702
- E-Mail Address
-
john.w.fields.civ@mail.mil
(john.w.fields.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work titled' HTRTS-M Module A and E Support Equipment' dated 16 Nov 2015 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W15QKN-16-T-1084. This solicitation document and incorporated provisions and clauses are those in in effect through Federal Acquisition Circular FAC 2005-86-2. RFQ Number W15QKN-16-T-1084 is hereby issued as a Request for Quote (RFQ) for the procurement of High Tech Regional Training Site - Maintenance (HTRTS-M) supplies/equipment in the description/quantities listed in the attached Statement of Work (SOW) dated 16 Nov 2015. This procurement is issued UNRESTRICTED (full and open) to all vendors. The resultant contract will be a competitively-awarded, firm fixed price (FFP) purchase order. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil: 52.203-3, Gratuities, FAR 52.212-1, Instruction to Offerors-Commercial Items, FAR 52.212-2, Evaluations- Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, 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, The following Defense Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet at: http://farsite.hill.af.mil: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7005, Representations Relating to Compensation of Former DoD Officials, 252.204-7004, Alternate A, System for Award Management, 252.204-7011, Alternative Line Item Structure, 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, 252.211-7003, Item Identification and Valuation, 252.215-7007, Notice of Intent to Resolicit, 252.215-7008, Only One Offer, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252-232-7006, Wide Area Workflow Payment Instructions, 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items, 252.247-7023, Transportation of Supplies by Sea Your quote must list your DUNS number or, CAGE code, Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.   Evaluation of Quote(s): In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the lowest price, technically acceptable quote that is deemed responsive and responsible by the Contracting Officer. To be found technically acceptable, Offeror must meet the minimum requirements as specified in the SOW. Offeror's must include extended specs and/or manufacturer name and part numbers (if applicable) by the end date and time of this RFQ. Failure to provide this information may result in your quote not being considered. The Contracting Officer reserves the right to make no award under this procedure. Only one award will be made from this RFQ. All interested parties must submit quotes on the full quantity identified. Partial quotes will not be accepted. All quotes must be valid for a minimum of 30 days. This announcement constitutes the only solicitation; Submit Pricing for the following Contract Line Item Numbers (CLINs) in accordance with the attached Statements of Work (SOW) dated 16 Nov 2015: CLIN: 0001 ITEM: Conduit Rodder, 3/8" X 300" Marked Rod With Accessories Conduit; Conduit Size (In.) 2 To 4 Diameter (In.) 3/8 Length (Ft.) 400 Material Fiberglass Winder Case No Case Diameter (In.) 13 Case Material Metal Reel Type Frame; QTY: 1 EACH CLIN: 0002 ITEM: Traffic Cone, 42 In. H, Orange With Reflective Collar QTY: 25 Each CLIN: 0003 ITEM: Sign, Utility Work Ahead, Black/Orange, 38" or 48"x48m With Stand QTY: 3 Each CLIN: 0004 ITEM: Fall Protection Tripod with Winch: Retrieval System, 50 Ft, 310lb QTY: 1 Each CLIN: 0005 ITEM: Cable Reel Roller 2000lb Capacity; equivalent to the Spool Master SMP-RP-BTX Cable Reel Roller System 2000lbs QTY: 1 Each CLIN: 0006 ITEM: Blower, 8" with 25' Hose in attached canister; Electric Confined Space Fan Blower with 25ft Ducting and Canister CLIN: 0007 ITEM: Manhole Guard Rail 42"; Manhole Guard Rail Winch with Rope QTY: 4 Each CLIN: 0008 ITEM: Cable Reel Lever Action Jack, 1000lb Capacity (Pair of 2) QTY: 4 Each CLIN: 0009 ITEM: Cable Reel Turntable 24" Diameter 1000lb QTY: 1 Each DELIVERY DATE: 15 Days after receipt of order (ARO) DELIVERY ADDRESS: High Tech Regional Training Site-Maintenance (HTRTS-M) DODAAC W81W5E Building 661, 6201 Midway Street Sacramento, CA INSPECTION AND ACCEPTANCE: Supplies/ will be Inspected/Accepted by the Government at Free on Board Destination (FOB). Packaging will be in accordance with best commercial practices. REQUIRED RESPONSE DATE: Quotes MUST be received by 3:00 PM Eastern Time on 04 March 2016. Quotes are to be emailed to John Fields, Contract Specialist, at john.w.fields.civ@mail.mil with the solicitation number in the subject line. Questions concerning this solicitation should be addressed to John Fields, Contract Specialist, via email at the address provided above. All questions or inquiries must be submitted in writing. Quotes are being requested and a written solicitation will not be issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/47fb1a6f0f3e788fe1361726045f6d89)
- Place of Performance
- Address: High Tech Regional Training Site-Maintenance (HTRTS-M) DODAAC W81W5E Building 661, 6201 Midway Street Sacramento, CA, Sacramento, California, 95828, United States
- Zip Code: 95828
- Zip Code: 95828
- Record
- SN04034843-W 20160302/160229235719-47fb1a6f0f3e788fe1361726045f6d89 (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 |