Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
SOLICITATION NOTICE

39 -- McAlester Grapple Purchase and Lease

Notice Date
3/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP451016Q1011
 
Archive Date
4/20/2016
 
Point of Contact
Joseph A. Bednar, Phone: 2699617546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.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 is issued as a request for quote (RFQ). The performance timeframe is a 6-month base lease period with a month-to-month option for an additional 3-months. The purchase portion of the action consisting of the brand-name-or-equal grapple requires delivery 30-calendar days from award. The RFQ is for DLA Disposition Services at McAlester, OK. This procurement is a 100% small business set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 333120, applicable threshold is 750 employees. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. If an offeror has not completed the annual representations and certifications electronically within their SAMs registration, the offeror shall complete only paragraphs (c) through (m) of this provision at http://www.drms.dla.mil/drmsp/fillins.doc. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. Note that up to two awards are possible, an award for CLIN 0001 and a separate award for CLINs 0002-0003, depending on whether a single award or two awards is most advantageous to the Government under the evaluation section later in this announcement. Bid Schedule: CLIN 0001 - One Each, Purchase of Rotobec Model 0P4F-075 Four-Tine Semi-Closed Grapple per terms below Unit/Total Price ____________ CLIN 0002 - One Each, Scrap Handler with Grapple (Lease) per terms below Unit Price _____________ x 6 months lease = Total Price ______________ CLIN 0003 - 3-Month Lease Option of One Each, Scrap Handler with Grapple per terms below Unit Price _____________ x 3 months lease = Total Price______________ Grand Total, All CLINs (Purchase and Lease with Options*): _____________ * Or total of either CLIN 0001, or CLINs 0002 and 0003 combined, if not submitting on both portions. Delivery of all requirements is FOB Destination to: CDC McCalester, DLA Disposition Services POC: Adam Fick (269) 961-4381 1 C-Tree Rd Bldg 1041 McAlester, OK 74501 NOTE - Deliveries accepted strictly Monday through Thursday, the site is not operational on Fridays. Initial delivery is within 30 calendar days from order issuance for the purchase of CLIN 0001. Initial delivery of the leased CLIN 0002 items is 15 calendar days from order issuance. CLIN 0002 leased items (or CLIN 0003 if exercised) are also inclusive of return delivery by the contractor to their location at the conclusion of the lease period(s). CLIN 0001 is to include a new, current model Grapple on a brand-name-or-equal basis to a new Robotec Model 0P4F-075 Four-Tine Semi-Closed Grapple with all standard manufacturer features including its commercial warranty and any/all required items/fabricated connections as needed for installation onto the CDD McAlester Scrap Handler, which is a 1984 Koehr 20-50T. Complete installation of the Grapple onto the Scrap Handler includes verification of performance on-site. CLIN 0002 is to include a leased Scrap Handler and Grapple subject to the following specifications/requirements, including any/all required assembly/installation on-site and verification of performance on-site: Scrap Handler Lift Capacity: 32,680 pounds minimum Reach Requirement: 51 feet minimum 4-Wheel Drive, Includes Four-Tine, One-Cubic-Yard Grapple Cab: Hydraulic elevated soundproof cab, maximum eye level 17'6", 360 degree window visibility, fully adjustable suspended operator's seat, Liquid Crystal Display (LCD) instrumentation, joystick controls, cab heater and air conditioning Note the lease rental period begins upon completion of delivery and all required installation/set-up to be verified as fully operational on-site. The Government will be responsible for all routine maintenance of leased items including but not limited to fluid/lubrication levels and grapple clean-up while under Government use (but not complete Original Equipment Manufacturer (OEM) Preventative Maintenance (PM) services if needed). Full PM services and/or repairs due to Government misuse are to be covered via appropriate contract modification at additional cost, if necessary. Any repairs not caused by abuse or negligence are the responsibility of the contractor at no additional cost. If the unit is down for repairs (regardless of cause) for more than 48-hours, pro-rated daily rental credit will be issued for downtime, using a daily rate of 1/30th of the monthly rate. If these repairs exceed 14 consecutive calendar days, the equipment will be replaced by equal equipment at no additional cost, within 7 calendar days of Government notice. Optional CLIN 0003 is subject to unilateral exercise by the Government, via modification to the basic order, at any time prior to the conclusion of the item's current lease period, with 7 calendar days advance notice to the contractor of the Government's intent to exercise the option, or the exercise modification itself meeting this same advance timeframe. This option exercise can also be on a month-to-month basis if necessary at the discretion of the Government, with the same 7 calendar days lead-time for each monthly exercise, if applicable. See the following provisions/clauses for additional coverage, including invoicing and payment instructions. All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required permitting is the responsibility of the contractor, with coordination as necessary with the POC. On-site work for installation and set-up must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the contractor(s) whose quote conforms to the solicitation and offers the lowest total price, including the option period, after a pass/fail evaluation of the contractor's provided technical submittal as per the instructions to follow). C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-13, Bankruptcy (Jul 1995) The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) NOTE that DLAD 52.215-9023, REVERSE AUCTIONS APPLIES TO THIS PROCUREMENT, AVAILABLE AT http://farsite.hill.af.mil/vfdlada.htm, OR VIA SEARCH FOR THE CLAUSE CONTENT ONLINE INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to joe.bednar@dla.mil no later than April 5, 2016, at 2:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: 1) The bid schedule is included above and responding firms are required to complete and return that section with their quote submission. Firms may submit on all line items (CLINs 0001-0003), or either CLIN 0001 by itself, or CLINs 0002 and 0003 together in the combination of the leased item and its option. Depending on the line items being quoted, technical submission content must include the following: 2) Complete listing of CLIN 0001 Grapple specifications, fully demonstrating that it is either the Robotec Model 0P4F-075 Four-Tine Semi-Closed Grapple or an equivalent "or equal" grapple including but not limited to its 360-degree rotation, 5/8 inch steel plating for strength, and 5,000 PSI cylinder, and full compatibility, with fabricated connection parts as necessary, for installation onto the 1984 Koehr 20-50T Scrap Handler. 3) Complete listing of all technical features of the proposed lease items under CLIN 0002-0003 above, itemized to the listed CLIN 0002 required specifications as stated above. 4) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than March 29, 2016 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers. The Government is nor responsible for answering questions received after this deadline. Site Visits are not being supported for this action in advance of the quote submission deadline. EVALUATION: Quotations will be evaluated on a Low-Priced-Technically-Acceptable basis. Award will be made to the firm that offers the lowest overall price for the total requirement, including its option, or award will be made for CLIN 0001 alone, or CLINs 0002 and 0003 combined, provided their technical submission(s) meet the stated requirements and multiple awards provide the lowest overall price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP451016Q1011/listing.html)
 
Place of Performance
Address: CDC McAlester, DLA Disposition Services, 1 C-Tree Rd Bldg 1041, McAlester, Oklahoma, 74501, United States
Zip Code: 74501
 
Record
SN04059015-W 20160324/160323001439-5c28bb442921c20a387f066c6583c268 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.