SOLICITATION NOTICE
62 -- Mobile Portable Light Tower
- Notice Date
- 3/2/2020 6:23:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335129
— Other Lighting Equipment Manufacturing
- Contracting Office
- W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
- ZIP Code
- 13602-5220
- Solicitation Number
- BUCHLRCAAR004
- Response Due
- 3/6/2020 12:00:00 AM
- Archive Date
- 09/02/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- AMENDMENT NOTICE: 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 BUCHLRCAAR004 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 335129 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.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-03-06 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Ft Buchanan, PR 00934 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Mobile Portable Light Tower Specifications ENGINE SYSTEM: - Kubota D1105 - Diesel fueled - EPA Tier 4 - 3 cylinder - 1.12 L displacement - Liquid cooled - Power@ 1,800 rpm -HP (kW) Fuel System: Polyethylene tank -45.8 gal (173.37 L) usable fuel volume - Operating performance HP: 15.4 - Fuel consumption (Prime Load) US gal/h: 0.68 - Runtime 100% Prime Load h: 64.3 - Runtime 4 Lights Only h: 136.9 Lubrication System: - Oil filter: Full flow, spin-on type - 1,000-hr service interval Generator: - 60 Hz engine/generator - Marathon Electric� brushless - Up to 6 kW output - 120/240 VAC, 50/25 A - � 6% capacitor voltage regulation Cooling System: - Air filter: Dry type cartridge - Cooling system capable of operating at 120�F (49�C) ambient Floodlights: Four (4) 240 watt LED Lm/bare bulb: 22,000 Lm/fixture: 88,000 Total bare bulb Im: 22,000 Total fixture Im: 88,000 Efficiency: 120 LPW Coverage: @ 0.296 at 5ft. candles Oval aluminum reflector Tempered glass lens Silicone gaskets for moisture and dust protection Friction disc mounting for tool less positioning Individual floodlight On/Off switches Controls: - Engraved, aluminum punched and anodized control panel - 4-position key activated switch (off, run, glow, start) - Digital hour meter - Automatic 'I0w oil/high temperature shutdown system Electrical System: 40 A start trip breaker (ensures no-load condition exists at start-up) Floodlight circuits with sealed 15A breakers Ballast Indicator lights Convenience receptacles with individual breakers: (2) 120 VAC 20 Amp GFCI duplex outlets (NEMA 5-20R type) (1) 240 VAC, 30 A, twist lock outlet (NEMA L6-30R type) 440CCA CCA wet cell battery Enclosure: - Steel enclosure -14-gauge - UV & fade resistant, high temperature cured, white polyester powder paint - 68 dB (A) at 23 ft. (7 m) -prime power - Stainless steel hinges on doors - Multi-lingual operating/safety decals - License plate holder with light - Manual holder with operating manual - Equipped with single lifting eye and fork pockets Mast: Wind Rating: 65 mph (105 kph) Vertical mast; 25 ft. (7.62 m) maximum extension, 5-section tubular steel frame Distinctive angle fixture design for consistent light distribution Electric winch standard 950 lb. (430.91 kg) self-breaking winch -easily raises mast vertically 359� ground-level rotation with locking system Coiled mast cord Trailer: - Front step platform for easy adjustment of light fixtures - Removable tongue -48 in. (1219.20 mm) long - (4) 2000 lb. (907.18 kg) adjustable leveling jacks -4 point stance - All jacks transport and lock in horizontal position for storage - Side outriggers -140 in. (3.56 m) span - 7800 lb. (3538 kg) safety chains with spring loaded safety hooks - 2 in. (50.8 mm) ball hitch - Single wall polyethylene fenders - DOT approved tail, side, brake, and directional lights - Recessed rear lights - 2200 lb. (997.90 kg) leaf spring axle - ST175/80D13 - 6 ply - 56 in. (1422.4 mm) axle span Options: Digital Power Zone Controller, 10, EA; LI 002: Extended Warranty, 1, EA; LI 003: Shipping & Handling Note: Fort Buchanan is Tax Exempt Federal Government Agency. No EEI 15 CFR 30.39, 1, EA; LI 004: Equipment Training, 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace 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 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. 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. 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. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace 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. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM AN NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/11abe42eb6914d608c54c62a0e8c2eb6/view)
- Place of Performance
- Address: Ft Buchanan, PR 00934, USA
- Zip Code: 00934
- Country: USA
- Zip Code: 00934
- Record
- SN05577348-F 20200304/200302230207 (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 |