SOLICITATION NOTICE
51 -- Landscaping Tools
- Notice Date
- 9/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 4700 Knox Street, Fort Bragg, NC 28310
- ZIP Code
- 28310
- Solicitation Number
- BRAGGFACRF0005
- Response Due
- 9/13/2018
- Archive Date
- 3/12/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is BRAGGFACRF0005 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 333991 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-13 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28310 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Backpack blower: Displacement-64.8cc(4cu.in); engine power-2.8kW(3.8bhp); weight-10.6kg(23.4lbs); Fuel Capacity-1400cc(47.3oz); Blowing Force-35 newtons; Avg Air Velocity-74 m/sec(165mph); Max Air Velocity- 88 m/sec(197mph); Air Volume at nozzle- 1550 m3/h(912cfm); Sound Pressure Rating- 75dB(A); Power Source- Gas: Stihl BR700 or equal, 3, EA; LI 002: Chain Saw: Displacement- 30.1cc(1.8cuin); Engine Power- 1.3kW(1.7bhp); Powerhead Weight- 3.9kg(8.6lbs); Fuel Capacity- 530cc(18oz); Chain Oil Capacity- 220cc(7.4oz); Oilmatic Chain- 3/8in PMM3; Guide Bar Length- 30 to 40cm(12 to 16in); Power source- Gas: Stihl MS170 16in or equal, 1, EA; LI 003: Fixed Length Pole Pruner Pole Saw: Displacement- 36.6cc(2.2cu in); Engine Power- 1.4kW(1.9bhp); Overall Length- 1.7m(5ft 7in); Fuel Capacity- 530cc(18oz); Chain Oil Capacity- 220cc(7.4oz); Chain/Guide Bar Size- 1/4in,71PM3/35.5cm(14in); Power Source- Gas; Weight- 5.1kg(11.3lbs) w/attachment: Stihl HT 132 Pole Saw or equal, 1, EA; LI 004: Woodcutter Helmet System: Forestry safety helmet and hearing protection system, 5 in 1 safety helmet, adjustable/removable earmuffs, plastic visor and mesh visor, adjustable headband circumference 20-24.5 inches, interchangeable/removable mesh and plastic visors, Parts are ANSI and CE approved for optimal quality, health and Safety-Helmet carries a Z89.1-2003 Type 1 Class G; Hearing Protectors meet ANSI S3.19-1974 w/Noise Reduction Rating (NRR) of 24dB(A), 1, EA; LI 005: Brush Shield Protector for Forestry Helmet System, 1, EA; LI 006: Working Tunes Hearing Protection: Wireless/Bluetooth connectivity; EAN 0752913151354, 6132619054489, 0076308726539, 7241870720053; Global Trade Identification-76308726539; weight 1.3lbs; Power Source- AC/DC: 3M Model 90542-3DC or equal, 3, EA; LI 007: Autocut Easyspool Trimmer Heads: Blade Type- 25-2; Standard Diameter- 0.095in; Double line for trimming and mowing, Nylon line fed automatically by tap action: Stihl 4002 710 2196 or equal, 10, EA; LI 008: 4.0AH Battery Back: weight-.16oz; Dimensions- 4.9 x 3.2 x 3.7inches; Size-20volt; Color- black; Material- plastic; Cell type- Lithium Ion: Black and Decker LBXR20 or equal, 4, EA; LI 009: 1800 Watt Portable Inverter Generator: Voltage- 120 single phase; Frequency- 60 hertz; Alternator Inverter; Auto voltage regulator; Surge Watt- 2200watts; Rated Watts- 1800watts; Fuel type- Gas; Rated Amps- 15amps; Tank Size-.95gals; Idle control; quiet operation- 53-62bB(A); Grade Type- Recreational: Honda Eu2200i or equal, 1, EA; LI 010: 21inch 3-in-1 Self Propelled mower: Engine- GVC160; Deck material- 16 gage steel; Cutting Width- 21 inch; Mowing Height range- 1 1/8 to 4 inches; Drive control variable position smart drive transmission variable speed fixed; gear belt clutch ground speed- 0 - 4.0 MPH; starter- electric/recoil; Throttle control Fixed drive belt choke system automatic; Handle 1" steel tube height positions 2; Wheels-8inch plastic ball bearing: 3-in-1 mulch, bag, discharge bag, standard bat capacity 1.9(bushels) Blades-Twin Blades; Blade control Flywheel Brake; Side and Rear discharge; Standard dry weight-88lbs: Honda HRR216VLA or equal, 2, EA; LI 011: Front tires for zero turn mower: Tires 13 x 5.0-6 Kubota K3271-18020 ZD221 FRONT 66A or equal, 6, EA; LI 012: Dump Trailer: 7 x 12 ft 10k GVWR-10SR, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: : technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e551e73568f4b21b33fd289c73d0f5da)
- Place of Performance
- Address: Fort Bragg, NC 28310
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN05083574-W 20180913/180911231153-e551e73568f4b21b33fd289c73d0f5da (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 |