SOLICITATION NOTICE
39 -- Loading Dock Levelers Madison, WI
- Notice Date
- 8/21/2020 11:48:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
- ZIP Code
- 53704-2591
- Solicitation Number
- W50S9F-20-Q-0021
- Response Due
- 9/9/2020 9:00:00 AM
- Archive Date
- 09/24/2020
- Point of Contact
- Scott Homner, Phone: 6082454757
- E-Mail Address
-
scott.homner@us.af.mil
(scott.homner@us.af.mil)
- Description
- (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W50S9F-20-Q-0021 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08, effective 13 August 2020, and Defense Acquisition Circular DPN 20200605, effective 5 June 2020. (iv) This RFQ is solicited using full and open competition. (v) The 115th Fighter Wing seeks the following items: Item 1: Loading Dock Leveler (2 EACH) Item 2: Installation of levelers (vi) Description of requirement: The Logistics Readiness Squadron requires 2 EACH hydraulic dock levelers with the following characteristics: -8� 6� required dock plate width w/ 20� lip extension -Single platform system -Strut support system capable of stopping 10,000lb load -Push button control system for raising and lowering plate -Capable of slow descent -Hydraulic system operated Turnkey installation to include: -Removal and disposal of one existing dock leveler -Cutting and removal of concrete from existing dock area for leveler install -Forming of dock pit -Any materials required for dock leveler installation -Electrical wiring, control wiring, hook-up and interconnecting along with mounting of any necessary control boxes, activation, and signs pertaining to the equipment being installed. (Power source is 208V/3PH) -Removal and disposal of all debris The vendor will be responsible to determine what additional components, hardware, etc. will be necessary to deliver a fully functional system. A site visit is offered. See (xv) Instructions to Offerors for details. (vii) Delivery is desired not later than 60 days after contract award. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. (ix) The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation delivers the best value to the Government, which will include a price and technical evaluation. A firm fixed price contract award is anticipated. (x) The quoter shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (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. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving�Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow�(WAWF). The WAWF website is located at https://piee.eb.mil/. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at https://www.acquisition.gov/browse/index/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-7 System for Award Management (OCT 2018) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.212-1 Instructions to Offerors�Commercial Items. (DEVIATION 2018-O0018) (AUG 2018) 52.212-3 Offeror Representations and Certifications�Commercial Items--Alternate I (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 (AUG 2020) 52.219-28 Post-Award Small Business Program Rerepresentation (JUN 2020) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (DEVIATION 2020-O0008) (MAR 2020) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (CD 2020-O0019) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-3 Convict Labor (JUNE 2003) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit (APR 1984) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services �(DEC 2019) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) 252.225-7036 Buy American�Free Trade Agreements--Balance of Payments Program--Alternate I (DEC 2017) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (MAY 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) (MAY 2020) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) (FEB 2020) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.246-7003 Notification of Potential Safety Issues (JUN 2013) 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) 252.246-7008 Sources of Electronic Parts (MAY 2018) 252.247-7023 Transportation of Supplies by Sea--Basic (FEB 2019) (xiv) DPAS Rating does not apply to this acquisition. (xv) Instructions to Offerors: 1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. 2. Quotes must include the following: a. Offeror�s CAGE Code or DUNS Number. b. Delivery schedule/lead times. c. Technical description detailing the completion of this requirement. 3. All contractors shall be fully registered in the System for Award Management (SAM) at the time a quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov. 4. A site visit is scheduled for September 1, 2020 at 10:00 am. In order to attend the visit, you must pre-register no later than August 31, 2020, 1:00 pm by emailing the point of contact on this RFQ. The email must include name, driver�s license number, and state of issue for all attendees. You will receive a confirmation for the meeting location. Face coverings are required and will not be available for distribution. Any attendee with symptoms of communicable illness will be denied base entry. 5. It is the interested Offeror�s responsibility to check Contracting Opportunities on beta.sam.gov for updated information. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c068567aff8c4ca682cd18161bdfbbf0/view)
- Place of Performance
- Address: Madison, WI 53704, USA
- Zip Code: 53704
- Country: USA
- Zip Code: 53704
- Record
- SN05769358-F 20200823/200821230205 (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 |