Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOLICITATION NOTICE

36 -- Passenger Stair Trucks - 70FBR919Q00000004

Notice Date
11/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
70FBR919Q00000004
 
Archive Date
11/24/2018
 
Point of Contact
Carolyn Knight, Phone: 2026463977
 
E-Mail Address
carolyn.knight@fema.dhs.gov
(carolyn.knight@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Passenger Stair trucks 4 EA Solicitation Number: 70FBR919Q00000004 Notice Type: Combined Synopsis/Solicitation 1. 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. 2. The solicitation number is 70FBR919Q00000004 and is issued as a Request for Quotation (RFQ). Under this requirement, Federal Emergency Management Agency (FEMA) intends to award a commercial, Firm Fixed Price (FFP) contract. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The applicable North American Industry Classification Standard (NAICS) code is 333924. This is a full and open requirement. 4. FEMA intends to purchase the below contract line items: CLIN Description of Supplies/Services Quantity U/I Unit Price Total Price 0001 Passenger Staircase Trucks Brand Name or Equal 4 EA 0002 Transportation 4 EA Total Amount Description of requirements for the items to be acquired: The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) has a requirement for Passenger Stair Truck, TLD ABS-580 Diesel Executive Passenger Stairway services door heights of 86 to 228 inches (2200mm to 5800m m) handling the full range of commercial and military narrow and wide-body aircraft. Perkins diesel engine and Graziano industrial transmission, featuring a direct drive hydraulic pump systems to deliver decades of dependable service. The TLD Executive stairways offer the widest stair width 59" (1500 mm), and most generous platform width 87" (2800mm) in the industry. Capacity rating will handle up to 74 people expediting the loading and unloading process. STANDARD FEATURES - Rust free all aluminum stairway - Safe Low Speed (6mph) with stairs extended - Safety barrier at top platform and bottom of stairway - Cab with amber beacon - Swivel upper platform - Bright LED lighting Standard Color: White paint RAL 9016, wheels grey RAL 7042 and security components yellow RAL 1007. Dimensions; L: 309" (7850mm) W: 87" (2200mm) H: 146" (3710mm) Weight: 15,430 lbs (7050kg) 5. Delivery Instructions: 1. One unit shipped in 30 days or less and a second unit(3) shipment in 60-75 days 2. Saipan International Airport, I Fadang, Saipan 96950, CNMI, Saipan Island 96950 3. Delivery Contact for Saipan is Darryl Carpenter (202)440-3054 Delivery due date: 30 days from award. 6. Delivery, Inspection, Acceptance and FOB Point of Contact will be provided to awardee. 7. PROVISIONS AND CLAUSES: In case of inclement weather not permitting arrival of participants, the Government reserves the right to make one adjustment to the period of performance with advance notice. All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. a. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. b. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is Lowest Price Technically Acceptable (LPTA) (1) Technical; (2) Price. The Government intends to award a commercial purchase order resulting from this solicitation to the lowest priced, technically acceptable responsible offeror. The factors identified above will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. c. All prospective offerors must be actively registered in the System for Awards Management (SAM) at the time of proposal submission. d. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. e. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: • 52.203-5, Covenant Against Contingent Fees • 52.203-6, Restrictions on Subcontractor Sales to the Government • 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. • 52.211-5, Material Requirements • 52.216-24, Limitation of Government Liability • 52.216-25, Contract Definitization • 52.222-50, Combating Trafficking in Persons • 52.222-3, Convict Labor • 52.222-21, Prohibition of Segregated Facilities • 52.222-26, Equal Opportunity • 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans • 52.222-36, Affirmative Action for Workers with Disabilities • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving • 52.225-5, Trade Agreements • 52.225-13, Restrictions on Certain Foreign Purchases • 52.225-18, Place of Manufacturer • 52.232-1, Payments • 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration • 52.233-2, Service of Protest • 52.233-3, Protest after Award • 52.243-1, Changes - Fixed Price • 52.244-6, Subcontracts for Commercial Items f. Clauses in Full Text: • 52.217-6 Option for Increased Quantity. OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) day. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.225-6 Trade Agreements Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products Line Item No. Country of Origin: [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation. (End of Provision) 8. Quotes must include company name, company DUNS number, and point of contact information. 9. The Defense Priorities and Allocation System (DPAS) applies to this acquisition. 10. All responsible sources should submit quotes to Carolyn.Knight@FEMA.DHS.GOV by 3:00 PM PST Friday, November 9, 2018. Technical and/or administrative questions must be submitted in writing to Carolyn.Knight@FEMA.DHS.GOV no later than 12:00 PM PST Friday, November 9, 2018. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation and posted to FedBizOpps. Inquiries and information received after the established deadline will only be answered/addressed if considered essential to the requirement and in the best interest of the Government. 11. Further details regarding the requirement can be found in the attachments: a. Local Clauses and Billing Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/70FBR919Q00000004/listing.html)
 
Place of Performance
Address: Northern Mariana Islands, 96950, United States Minor Outlying Islands
 
Record
SN05149172-W 20181111/181109230631-5a040cd1495fb61ae6a1d3a7b5b27cb0 (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.