SOLICITATION NOTICE
43 -- Hose Reel Traveler Irrigation System
- Notice Date
- 3/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE LAKE PLAZA NORTH 134 UNION BOULEVARD LAKEWOOD CO 80228-1807 US
- ZIP Code
- 00000
- Solicitation Number
- 140F0618Q0045
- Response Due
- 4/9/2018
- Archive Date
- 4/24/2018
- Point of Contact
- Mitchell, Cecilia
- Small Business Set-Aside
- Total Small Business
- Description
- General Information Document Type: Combined Synopsis/Solicitation for commercial items Solicitation Number: 140F0618Q0045 Posted Date: March 21, 2018 Response Date: April 9, 2018 Set Aside: Total Small Business Product or Service Code: 4320 Power & Hand Pumps NAICS Code: 333111, Farm Machinery and Equipment Manufacturing Business Size Standard: 1,250 Contracting Office Address US Fish & Wildlife Service 134 Union Blvd. Lakewood, CO 80228-1807 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; quotations are being requested and a written solicitation will not be issued. This posting will be referred to under Request for Quotation (RFQ) Number 140F0618Q0045. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) # 2005-97, effective January 24, 2018. This announcement constitutes the Government ¿s only official notice of this procurement. 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. The following factors shall be used to evaluate offers: best value to include ability to meet the specifications, ability to meet the delivery requirements, price The Rocky Mountain Arsenal has a requirement for a hose reel traveler irrigation system. Line item number 00010: Hose reel traveler irrigation system Specifications: The specifications consist of the offeror providing and delivering a Kifco T30/1200 Ag Rain Water Reel, equivalent or better, Hose Reel Traveler Irrigation System that meets the following specifications: -Water reel system with a minimum of 3 inch main line, by a minimum of 1,150 feet long. -23HP Koehler gas engine with booster pump capable of pumping up to 400 gallons/minute; and provide a boost of at least 50psi at 250 gallons/minute. -Booster pump mounted directly onto water reel cart. -Turntable water reel cart. -Automatic water shutoff at end of run. -Heavy duty end guncart with upgraded tires capable of operating over rough terrain. -End gun nozzle kit -Minimum 20 ¿ water supply line -Computerized speed control system -US-style drawbar hitch The mobile irrigation system must be delivered FOB destination (delivery fees must be included in the cost of the seed) no later than June 1, 2018 to Rocky Mountain Arsenal NWR 6550 Gateway Road, Bldg 121 Commerce City, CO 80022-1748 Proposal Submission Please submit your quote on the SF-18, company letterhead, or equivalent with all pertinent point of contact information including DUNS No. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. Incomplete quotes will not be accepted. If using the SF 18 for your price proposal, blocks 13a-13f, 14, 15, 16a-16c, the DUNS number on page one (1), and Unit Price/Amount where applicable must be completed. In order to be eligible for an award, quoters must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. Quotes received from firms not registered in SAM by the closing date of the solicitation will not be considered. Offers must be received by 5:00 pm eastern time, April 9, 2018, at the U.S. Fish and Wildlife Service Region 6 Contracting Office. Offers received after this date and time or incomplete offers will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. All quotations shall be submitted via email to cecilia_mitchell@fws.gov. Emailed confirmation of quotations will be sent to offerors. FACSIMILE SUBMISSION OF QUOTES: Quotes submitted by facsimile transmission will not be accepted. ELECTRONIC SUBMISSION OF QUOTES: Electronic submission of quotes will be accepted. Electronic quotes must be submitted to cecilia_mitchell@fws.gov. If quotes are submitted via email, the following language should appear in the email subject line: `This is a response to Solicitation 140F0618Q0045. ¿ HARD COPY SUBMISSION OF QUOTES: Quotes submitted by hard copy will not be accepted. Solicitation Provisions and Clauses The following solicitation provisions apply to this acquisition: 1. 52.212-1 Instructions to Offerors ¿Commercial Items (Jan 2017) 2. 52.212-3 Offerors Representations and Certifications ¿Commercial Items (Jan 2017) 3. 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 4. 52.211-6 Brand Name or Equal (Aug 1999) The following contract clauses apply to this acquisition: 1. FAR 52.212-4 Contract Terms and Conditions ¿Commercial Items (Jan 2017) 2. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) The following clauses within FAR 52.212-5 are applicable: -52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred Suspended or Proposed for Debarment. (Oct 2015) -52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) -52.219-13 Notice of Set-Aside of Orders (Nov 2011) -52.219-28 Post Award Small Business Program Representation (Jul 2013) -52.219-28 Post Award Small Business Program Representation (Jul 2013) -52.222-3 Convict Labor (Jun 2003) -52.222-19 Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) -52.222-21 Prohibition of Segregated Facilities (Apr 2015) -52.222-26 Equal Opportunity (Sep 2016) -52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) -52.222-50 Combating Trafficking in Persons (Mar 2015) -52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) -52.225- 3 Alternate I Buy American Act-Free Trade Agreements Israeli Trade Action (May 2014) -52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) -52.232-33 Payment by Electronic Funds Transfer-System for Award (Jul 2013) The full text of all FAR provisions and clauses listed above may be accessed electronically at https://acquisition.gov/browsefar DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number description quantity unit of measure unit price and extended price of the items delivered; and delivery date and a copy of the trip tickets. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Questions All questions regarding the subject synopsis/solicitation shall be directed to the attention of Cecilia Mitchell via email at cecilia_mitchell@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0618Q0045/listing.html)
- Record
- SN04862210-W 20180323/180321231128-c21c2549f6ca240a0fe54221b395a432 (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 |