Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2020 SAM #6866
SOLICITATION NOTICE

38 -- 45-TON CRANE

Notice Date
9/14/2020 11:33:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
6923HA SAINT LAWRENCE DEVELOPMENT SEAWAY MASSENA NY 13662 USA
 
ZIP Code
13662
 
Solicitation Number
6923G520Q1099
 
Response Due
9/24/2020 11:00:00 AM
 
Archive Date
10/09/2020
 
Point of Contact
Katie Maloney, Phone: 3157643260
 
E-Mail Address
katie.maloney@dot.gov
(katie.maloney@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 (offers) are being requested and a written solicitation will not be issued.� Solicitation number 6923G520Q1099 is issued as a request for quotation.� The applicable NAICS code is 333120 and the size standard is 1,250 employees.� This is a total small business set-aside procurement. Any concern submitting an offer in its own name that proposes to furnish an end product it did not manufacture (a ""nonmanufacturer""), is a small business if it has no more than 500 employees.� The US Small Business Administration has issued a class waiver for construction type cranes over 15 ton under NAICS 333120. For this procurement, a nonmanufacturer does not have to furnish the product of a small business. The Saint Lawrence Seaway Development Corporation is seeking to purchase a 45-ton crane. All interested companies shall complete and sign the Price Schedule located in the Attachment/Links section and� include it� with any additional company specific documentation. Additional information on the trade-in crane is attached. Offerors submitting quotes on an ""equal"" crane shall provide descriptive literature demonstrating that the ""equal"" crane meets the required salient features. Award shall be made to the offeror whose quote represents the best value to the government using lowest priced, technically acceptable procedures.� Cranes meeting the required salient features will be considered technically acceptable. �Trade-in option amounts will be included in the calculation of lowest priced. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/ The following solicitation provisions apply to this acquisition: �1.����� FAR 52.212-1, ""Instructions to Offerors-Commercial Items"" (Jun 2020) �2.����� FAR 52.212-3, ""Offerors Representations and Certifications-Commercial Items"" (Aug 2020) Offerors must complete annual representations and certifications on-line at https://www.sam.gov in accordance with FAR 52.212-3, ""Offerors Representations and Certifications-Commercial Items."" If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: �1.����� FAR 52.212-4, ""Contract Terms and Conditions-Commercial Items"" (Oct 2018) �2.����� FAR 52.212-5, ""Contract Terms and Conditions Required to Implement Statutes or Executive Orders"" (Aug 2020) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice of Total Small Business Set-Aside; 52-219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunities for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combating Trafficking in Persons; 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; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Oct 2018); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Entity Code Maintenance (Aug 2020); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 2:00 pm EST, Thursday, September 24, 2020.� Quotes shall be sent to Katie Maloney, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY� 13662 or emailed to katie.maloney@dot.gov, include: 45-Ton Crane-6923G520Q1099 in the subject line. ��Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation.� The SLSDC intends to award a fixed-price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62b26e8fdc6d4d53a81772501cee73f0/view)
 
Place of Performance
Address: Massena, NY 13662, USA
Zip Code: 13662
Country: USA
 
Record
SN05796701-F 20200916/200914230148 (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 |
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.