SOLICITATION NOTICE
53 -- FRS Hydraulic Tanks
- Notice Date
- 1/10/2020 9:25:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W9098S-20-Q-023268
- Response Due
- 1/24/2020 10:00:00 AM
- Archive Date
- 02/08/2020
- Point of Contact
- Rabekah E. Stone, Phone: 3097825242, Anna E. Whitcomb, Phone: 3097823836
- E-Mail Address
-
rabekah.e.stone.civ@mail.mil, anna.e.whitcomb2.civ@mail.mil
(rabekah.e.stone.civ@mail.mil, anna.e.whitcomb2.civ@mail.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION (i)� 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. (ii) The combined synopsis/solicitation number is W9098S-20-Q-023268. The solicitation is issued as a request for quotation (RFQ). Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered.� Vendors may register online at www.SAM.gov . (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-02. (iv)This requirement is a sole-source. The associated North America Industry Classification System (NAICS) Code is 333999 and the Business Size Standard is 500 employees� (v) This combined synopsis/solicitation is for the following commercial item(s): CLIN 0001 ITEM: Hydraulic Tank UNIT OF MEASURE: Each QUANTITY: 9 CLIN 1001 (OPTION) ITEM: Hydraulic Tank UNIT OF MEASURE: Each OPTION QUANTITY: 9 (vi) Description of Requirement: CLIN 0001: 25.8 Gallon, Steel Hydraulic Tanks IAW Drawing 11E421250 CLIN 1001 (OPTION): 25.8 Gallon, Steel Hydraulic Tanks IAW Drawing 11E421250 Attachment(s): Attachment 0001: Drawing 11E421250 (vii) Delivery Date:� 10 weeks after order Inspection: Destination. Acceptance: Destination. FOB: Destination to Rock Island, IL 61299 �(viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-1 The Army Contracting Command - Rock Island (ACC-RI) hereby issues RFQ W9098S-Q-20-023268 for the purpose of entering into a contract with IFH Group for Hydraulic Tanks for the Forward Repair System (FRS) in support of the Rock Island Arsenal - Joint Manufacturing Technology Center (RIA-JMTC). This RFQ is prepared in accordance with the procedures in FAR 12 Acquisition of Commercial Items and FAR 13 Simplified Acquisition Procedures. This is a request for quotations, therefore- a. The terms �Quotation� and �Quoter� should be substituted for �Offer� and �Offeror� in this solicitation. b. Provisions and clauses are by reference in this solicitation IAW 13.101(2). Addenda is attached for FAR 52.212-4, Contract Terms and Conditions- Commercial Items. � Provisions Incorporated by Reference: 52.211-14� Notice of Priority Rating for national Defense, Emergency Preparedness, and Energy Program Use� (Apr 2008) Fill-ins: DO-A4 52.217-5� Evaluation of Options� (Jul 2019) Provisions Incorporated by Full Text: 52.252-1� Solicitation Provisions Incorporated by Reference� (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.Acquisition.gov (End of provision) 52.252-5� Authorized Deviations in Provisions� (Apr 1984) ����� (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter1) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the provision. ����� (b) The use in this solicitation of any Defense Federal Acquisition Regulations Supplement, Dept. Of Defense. (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) END OF ADDENDUM TO 52.212-1 (ix) FAR 52.212-2, Evaluation - Commercial Items does not apply to this acquisition. This RFQ is restricted to IFH Group 28095 Logan St, Rock Falls, IL 61071 (Cage Code 3GGA7) IAW FAR 13.501(a)(1)(ii) (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. The quoter shall complete and submit with its quote only paragraph (b) of this provision if the quoter has completed the annual representations and certification electronically in the SAM accessed through https://www.sam.gov. If the quoter has not completed the annual representations and certifications electronically, the quoter shall complete and submit with its quote only paragraphs (c) through (u)) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-4 Clauses Incorporated by Reference: 52.211-15� Defense Priority and Allocation Requirements� (Apr 2008) 52.211-17� Delivery of Excess Quantities� (Sep 1989) 52.246-2� Inspection Of Supplies--Fixed Price (Aug 1996) 52.246-15� Certificate of Conformance (Apr�1984) 52.247-34� F.O.B. Destination� (Nov 1991) Clauses Incorporated by Full Text: 52.217-7� Option for Increased Quantity- Separately Priced Line Item� (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 365 days after date of contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) 52.252-2� Clauses Incorporated by Reference� (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.Acquisition.gov (End of clause) 52.252-6� Authorized Deviations In Clauses� (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulations Supplement, Department of Defense (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) END OF ADDENDUM TO 52.212-4 (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. The following clauses apply: (b)� The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.209-6� Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment� (Oct 2015) 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� (Jan 2018) 52.222-21� Prohibition of Segregated Facilities� (Apr 2015) 52.222-26� Equal Opportunity� (Apr 2015) 52.222-36� Equal Opportunity for Workers with Disabilities� (Jun 2014) 52.222-50� Combating Trafficking in Persons� (Mar 2015) 52.223-18� Encouraging Contractor Policies to Ban Text Messaging While Driving� (Aug 2011) 52.225-13� Restrictions on Certain Foreign Purchases� (Jun 2018) 52.232-33� Payment by Electronic Funds Transfer- System for Award Management� (Oct 2018) (xiii) Additional Terms and Requirements or Contract Requirements: The following clauses and/or provisions apply to this acquisition Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance Commercial and Government Entity Code Reporting� (Oct 2018) 52.204-21� Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.232-40� Providing Accelerated Payments to Small Business Subcontractors� (Dec 2013) 252.203-7000� Requirements Relating to Compensation of Former DoD Officials� (Sep 2011) 252.204-7012� Safeguarding Covered Defense Information and Cyber Incident Reporting� (Oct 2017) 252.204-7015� Notice of Authorized Disclosure of Information for Litigation Support� (May 2016) 252.211-7003� Item Unique Identification and Valuation� (Mar 2016) Fill-Ins: N/A 252.223-7008� Prohibition of Hexavalent Chromium� (Jun 2013) 252.225-7001� Buy American and Balance of Payment Program� (Dec 2017) 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports� (Dec 2018) 252.232-7006� Wide Area WorkFlow Payment Instructions� (Dec 2018) Fill-ins will be provided at award. 252.232-7010� Levies on Contract Payments� (Dec 2006) 252.244-7000� Subcontracts for Commercial Items and Commercial Components (DoD Contracts)� (Jun 2013) 252.247-7023� Transportation of Supplies by Sea- Basic� (Apr 2014) Provisions Incorporated by Reference: 52.204-7 �System for Award Management (Oct 2018) 52.204-16� Commercial and Government Entity Code Reporting� (Sep 2016) 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� (Aug 2019) 252.203-7005� Representation Relating to Compensation of Former DoD Officials� (Nov 2011) 252.204-7008� Compliance with Safeguarding Covered Defense Information Controls� (Oct 2016) (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: DO-A4 (xv) The date, time, and place for submission of quotes is as follows: 24 January 2020 � 12:00 PM (Central). Submit electronic quotes (oral quotes will not be accepted) via email to the following: rabekah.e.stone.civ@mail.mil jessica.m.phillips.civ@mail.mil anna.e.whitcomb2.civ@mail.mil Please provide all correspondence and/or questions pertaining to this synopsis/solicitation through email to the points of contact identified in this solicitation. (xvi) For further information regarding this solicitation, quoters can contact the following individual(s): Rabekah Stone, Contract Specialist, via email at rabekah.e.stone.civ@mail.mil @mail.mil, Jessica M. Phillips, Contract Specialist, via email at jessica.m.phillips.civ@mail.mil, or Anna E. Whitcomb, Contracting Officer, via email at anna.e.whitcomb2.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2f41f6efa3794040bcd2828e508e2631/view)
- Place of Performance
- Address: Rock Island, IL 61299, USA
- Zip Code: 61299
- Country: USA
- Zip Code: 61299
- Record
- SN05532037-F 20200112/200110230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |