Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2020 SAM #6959
SOLICITATION NOTICE

38 -- Snow Plow and Hopper

Notice Date
12/16/2020 5:14:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
COMMANDING OFFICER FPO AP 96379-5002 USA
 
ZIP Code
96379-5002
 
Solicitation Number
M6740021Q0012
 
Response Due
12/23/2020 8:00:00 PM
 
Archive Date
01/08/2021
 
Point of Contact
Asami Adaniya, Phone: 01181989708619, Fax: 01181989700969
 
E-Mail Address
asami.adaniya.ja@usmc.mil
(asami.adaniya.ja@usmc.mil)
 
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 are being requested and a written solicitation will not be issued. This procurement is not a small business set-aside, therefore, any responsible source may submit a quote. �This is an OCONUS requirement: FAR 19.000(b) applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20190215. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. Basis for Award. The Government intends to issue a single purchase order, and will award to the responsible offeror with satisfactory past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified. Solicitations for supplies valued less than $1 million will use the past performance evaluation procedures outlined in DFARS 213.106-2 and described in clause 252.213-7000, incorporated herein. Price evaluation will typically be conducted through price competition, as authorized in FAR 15.4.� The offeror�s quoted shipping costs, if any, will be included in the price evaluation. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* Addendum to 52.212-1 Instructions to Offerors.� The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. Offerors are instructed to completely fill out the attached coversheet and return it along with your quote.� Quotes submitted without the required coversheet will not be evaluated nor considered for award. This is a ""Brand Name or Equal"" procurement and the provision at FAR 52.211-6 is incorporated.� When quoting �equal� items, ensure you are familiar with this provision and the required additional information is submitted for the government to determine technical acceptability. Offerors shall submit their response to this RFQ and all questions via email to Asami Adaniya, asami.adaniya.ja@usmc.mil�no later than the posted Response Date in this listing. Please see the below for the requirement's details: CLIN0001: Snow Plow with Hopper Referenced MFR: BOSS Referenced Part number: 7�0�HTX Poly or equal Qty: 1 EA - contractor shall purchase a straight-blade type snow plow and a hopper with the following specification and assemble/install to a 3-ton government owned truck at contractor�s premises. Blade Width (Straight): 213 cm Plowing Width @ 30� Angle: 185 cm Blade Height: 66 cm Blade Thickness: 0.6 cm, Poly Cutting Edge: 0.95 cm x 15 cm Reinforcement Ribs: 4 vertical, 2 diagonal Plow Shoes: Standard, 2EA Angle Cylinders: 4 cm x 17 cm Lift Cylinder: 5 cm x 3 cm x 25 cm Attachment System: simple and easily put on/off Plow Lights - Shall be easy control with joystick - Shall include; � *Snow deflector � *Urethane edge mounting � *Hopper (1.0 cubic yard capacity) Stainless Steel � *BKT & joystick NOTE: See Attachment (A) for the vehicle information The government will deliver the truck to contractor�s premises and pick up upon completion of work. All work shall be completed within 60 days. The following FAR and DFAR provisions apply:� FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998), Full text of each provision may be accessed electronically at https://www.acquisition.gov/ FAR 52.204-7: System for Award Management (Oct 2018), FAR 52.204-16: Commercial and Government Entity Code Reporting (Jul 2016), FAR 52.204-17: Ownership or Control of Offeror (Jul 2016), FAR 52.204-20: Predecessor of Offeror (Jul 2016), FAR 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) (a)� Definitions. As used in this provision� ���� �Covered telecommunications equipment or services�, �Critical technology�, and �Substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b)� Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� ���������� (1)� A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ���������� (2)� Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. ����� (c)� Representation. The Offeror represents that� ���� It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. ����� (d)� Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer ���������� (1)� All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); ����� �����(2)� Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; ���������� (3)� For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and ���������� (4)� For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of provision) FAR 52.211-6: Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offerors (Oct 2018), ��������������� Addendum � see section above entitled: Addendum to 52.212-1 Instructions to Offerors, DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials (Nov 2011), DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019), (a)� Definitions. As used in this provision, �covered defense telecommunications equipment or services� has the meaning provided in the clause 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. ��������������� (b)� Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered defense telecommunications equipment or services�. ��������������� (c)� Representation. The Offeror represents that it [ ] does, [ ] does not provide covered defense telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (End of provision) DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019), The Offeror is not required to complete the representation in this provision if the Offeror has represented in the provision at 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation, that it �does not provide covered defense telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.� ��������������� (a)� Definitions. �Covered defense telecommunications equipment or services,� �covered mission,� �critical technology,� and �substantial or essential component,� as used in this provision, have the meanings given in the 252.204-7018 clause, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, of this solicitation. ��������������� (b)� Prohibition. Section 1656 of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91) prohibits agencies from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service to carry out covered missions that uses covered defense telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. ��������������� (c)� Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) at https://www.sam.gov for entities that are excluded when providing any equipment, system, or service to carry out covered missions that uses covered defense telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless a waiver is granted. ��������������� (d)� Representation. If in its annual representations and certifications�in SAM the Offeror has represented in paragraph (c) of the provision at 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation, that it �does� provide covered defense telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument, then the Offeror shall complete the following additional representation:� The Offeror represents that it [ ] will [ ] will not provide covered defense telecommunications equipment or services as a part of its offered products or services to DoD in the performance of any award resulting from this solicitation.� ��������������� (e)� Disclosures. If the Offeror has represented in paragraph (d) of this provision that it �will provide covered defense telecommunications equipment or services,� the Offeror shall provide the following information as part of the offer:� ������������������������������� (1)� A description of all covered defense telecommunications equipment and services offered (include brand or manufacturer; product, such as model number, original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable).� ������������������������������� (2)� An explanation of the proposed use of covered defense telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition referenced in paragraph (b) of this provision.� ������������������������������� (3)� For services, the entity providing the covered defense telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known).� ������������������������������� (4)� For equipment, the entity that produced or provided the covered defense telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).� (End of provision) DFARS 252.209-7999: Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law� (Class Deviation 2012-O0004) (Oct 2018), DFARS 252.213-7000: Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations. (Mar 2018), The following FAR and DFAR clauses apply:� FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998), Full text of each clause may be accessed electronically at https://www.acquisition.gov/ FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) FAR 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018), FAR 52.204-13: System for Award Management Maintenance (Oct 2018), FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016), FAR 52.204-19: Incorporation by Reference of Representations and Certifications (Dec 2014), FAR 52.209-6: Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), FAR 52.209-10: Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015), FAR 52.212-4: Contract Terms and conditions � Commercial Items (Oct 2018), FAR 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items DEVIATION (Jan 2019), FAR 52.222-19: Child Labor -- Coorperation with Authorities and Remedies (Jan 2018), FAR 52.223-18: Encouraging contractor Policies to Ban Text messaging While Driving (Aug 2011), FAR 52.232-33: Payment by Electronic Funds Transfer -System for Award Management (Oct 2018), FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), FAR 52.233-3: Protest After Award (Aug 1996), FAR 52.233-4: Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.247-1: Commercial Bill of Lading Notations (Feb 2006), FAR 52.247-32: F.O.B. Origin, Freight Prepaid (Feb 2006), FAR 52.247-34: F.O.B. Destination (Nov 1991), DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011), DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7015: Notice of Authorized Disclosure of Information for Litigation Support (May 2016), DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Dec 2019), DFARS 252.211-7003: Item Unique Identification and Valuation (Mar 2016), DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017), DFARS 252.225-7043: Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015), DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Dec 2018), DFARS 252.232-7006: Wide Area Work Flow Payment Instructions (Dec 2018), ��������������� (f)� WAWF payment instructions.� The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: ������������������������������� (1)� Document type.� The Contractor shall use the following document type(s):� Combo Report ������������������������������� (2)� (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 Issue By DoDAAC Admin DoDAAC Ship To Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) LPO DoDAAC ������������������������������� �(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. ������������������������������� (TBA) (End of clause) DFARS 252.232-7010: Levies on Contract Payments (Dec 2006), DFARS 252.244-7000: Subcontracts for Commercial Items (Jun 2013), DFARS 252.247-7023: Transportation of Supplies by Sea (Feb 2019) Attachment (A) (End of RFQ),
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2dc98aa6e4484a2c9898361f58f90849/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05875598-F 20201218/201216230148 (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.