SOLICITATION NOTICE
39 -- Pintle Towed Steel Ramp 1172nd
- Notice Date
- 6/25/2020 8:36:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
- ZIP Code
- 37204-1502
- Solicitation Number
- W912L720Q1305
- Response Due
- 7/9/2020 11:00:00 AM
- Archive Date
- 07/24/2020
- Point of Contact
- DANNY H. FREDERICK, Phone: 6153132668, Randal D. Halbrooks, Phone: 6153132628
- E-Mail Address
-
danny.h.frederick.mil@mail.mil, randal.d.halbrooks.mil@mail.mil
(danny.h.frederick.mil@mail.mil, randal.d.halbrooks.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for the Tennessee Army National Guard (TNARNG) prepared in accordance with the format in Subpart 12.101-2 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and this is the written solicitation. Solicitation number W912L7-20-Q-1305 is hereby issued as a Request for Proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 effective 5 JUN 20. This requirement is being advertised SMALL BUSINESS set-aside and the North American size standard is 1000 employees Industry Classification System (NAICS) Code is 336214.� Proposals are due in this office no later than 9 July 2020, THUR @ 1:00pm (CST). Questions are due NLT 30 June 2020 @ 12:00 P.M. CST. The questions and proposals should be emailed to danny.h.frederick.mil@mail.mil and randal.d.halbrooks.civ@mail.mil. Point of Contact (POC) referencing this solicitation is MAJ Danny Frederick at 615-313-2668. All information and requirements are listed in the Specifications sheet. Evaluation factors for this firm-fixed price award are based on ability to meet the requirements of the salient characteristics found in Technical Exhibit 1 and�price. ��Offeror MUST provide Tax ID and CAGE Code and DUNN�s # with proposal. Offeror must be certified in System for Award Management (www.SAM.gov). This will be a determining factor in the award process if the offeror is not current in their certification. https://www.sam.gov/portal/public/SAM/. � THIS SOLICIATION WILL CLOSE 9 July 2020, THURSDAY @ 1:00pm (CST) ITEM 001 Description: Portable Steel Ramp TECHNICAL EXHIBIT 1 Salient Characteristics Delivery To: TNARNG - 1172nd Attention: MSG Greg Rinks 2610 E Holmes Rd Memphis, TN 38118 QUANTITY: 1 PORTALBLE STEEL RAMP SALIENT CHARACTERISTICS� 1.������ Ramp must have pintle tow and Lunette Ring design. 2.������ Ramp must come with detachable tow bar at a minimum of 7 feet long and must have Lunette Ring for towing. 3.������ Tow bar must be designed to utilize fork lift or pintle hitch attachments. 4.������ Ramp hitch must not exceed 2ft- 71/2 inches high to easily hook to the truck hitch 5.������ Ramp must have a minimum of 80,000 lbs. pound lengthwise load capacity. 6.������ Ramp must meet the 120 inch width from outside to outside. 7.������ Ramp must have a minimum of 115 inches inside drivable space and not to exceed 120 inches of width or travel space throughout the length of the ramp. Front to back. 8.������ Ramp drivable surface must be serrated steel grating travel surface. The inside travel surface must be 115 inches inside to inside. Over all maximum length for the drivable surface must be 40 feet, with a minimum of 30 feet being on incline to a minimum of 10 foot flat, level surface. 9.������ Ramp must have and minimum of 6 inch high safety curbs and not exceed 8 inch high safety curbs along the entire length of the outside side edges of the ramp. 10.���� Ramp must have a hand crank to adjust front legs with to working height range of a minimum of 42 inches to a maximum height of 56 inches 11.���� Ramp must have hinged leveling plates to allow for slight height fluctuations. 12.���� Ramp must have a minimum of 33 inch wheels mounted on 12 lug axle. 13.���� Ramp must have safety chains to secure the ramp while in use. Chains must be rated to hold a minimum of 20,000 lbs. 14.���� Ramp must have abrasive blasted and painted in the desert tan color. 15.���� Ramp must have rubber bumper stops on the rear edge to allow for the flatbed trailers to back up to it. Provisions and Clauses � FAR/DFAR CLAUSES INCORPORATED BY REFERENCE � 52.204-7 ��������� System for Award Management OCT 2018 52.204-13 ������� System for Award Management Maintenance OCT 2018 52.204-16 ������� Commercial and Government Entity Code Reporting JUL 2016 52.204-18 ������� Commercial and Government Entity Code Maintenance JUL 2016 52.212-1���������� Instructions to Offerors � Commercial Items Oct 2018 52.212-3 Alt 1�� Offeror Representations and Certifications � Commercial Items �DEC 2019/Alt 1 OCT 2014 52.212-4:��������� Contract Terms and Conditions � Commercial Items Oct 2018 52.212-5���������� Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items JAN 2020 52.219-6 ��������� (Dev) Notice of Total Small Business Set-Aside (DEVIATION 2020-0008) MAR 2020 52.222-3 ��������� Convict Labor JUN 2003 52.222-26 ������� Equal Opportunity SEP 2016 52.222-50 ������� Combating Trafficking in Persons JAN 2019 52.223-18�������� Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 ������� Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 ������� Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-39 ������� Unenforceability of Unauthorized Obligations JUN 2013 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 252.203-7002 �� Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003��� Control Of Government Personnel Work Product APR 1992 252.204-7012 �� Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015��� Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.211-7003 �� ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7003 �� Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.243-7001��� Pricing Of Contract Modifications DEC 1991 252.244-7000 �� Subcontracts for Commercial Items JUN 2013 252.247-7023 �� Transportation of Supplies by Sea FEB 2019 PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. The Government shall perform a technical analysis of offerors proposal. To be technically acceptable the vendor must provide all deliverable on Technical Exhibit 1 on the Specifications. The vendor must provide a narrative explanation on each deliverables. 2. Past Performance within 3 years to include contract number(s) 3. Must be active in System of Award Management (SAM) as of the date of submission 4. Price � 5. Delivery date Technical and past performance, when combined, are equal to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ____________________________________________________________ COMBO (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________ COMBO (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC � HQ0670 Issue By DoDAAC � W912L7 Admin DoDAAC** �W912L7 Inspect By DoDAAC Ship To Code �W90D14 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. Contract Specialist�������������� MAJ Danny Frederick� danny.h.frederick.mil@mail.mil or 615-313-2668 Contracting Officer������ Randal Halbrooks randal.d.halbrooks.mil@mail.mil or 615-313-2628 APPLICABLE INFORMATION: (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9f55f3f738c9486d9f019889d7a7ee93/view)
- Place of Performance
- Address: Memphis, TN 38118, USA
- Zip Code: 38118
- Country: USA
- Zip Code: 38118
- Record
- SN05703259-F 20200627/200625230152 (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 |