SOLICITATION NOTICE
79 -- 79--Floor Scrubber
- Notice Date
- 5/9/2022 8:26:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
- ZIP Code
- 13602-5220
- Solicitation Number
- DIX99G4GR0041
- Response Due
- 5/13/2022 2:00:00 PM
- Archive Date
- 11/09/2022
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, 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)
- 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 DIX99G4GR0041 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 2022-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 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 https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-05-13 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Devens, MA 01434 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Tennant M17 SCRUBBING SYSTEM Cleaning path Scrubbing (main scrub deck) 40 in | 1,015 mm With scrubbing side brush 48 in | 1,220 mm Cylindrical main scrub brushes Brush speed 500 rpm Brush diameter (2) 9 in | 230 mm Brush down force (up to) 550 lb | 250 kg Brush motors, brushless (2) 1.5 hp | 1.125 kW Motor rating IP44 Debris hopper 0.7 ft3 | 20 L Disk main scrub brushes Brush speed 315 rpm Brush size diameter (2) 20 in | 510 mm Brush down force (up to) 550 lb | 250 kg Brush motor, brushless (2) 1.5 hp | 1.125 kW Motor rating IP44 Tanks Solution tank 75 gal | 285 L Solution capacity (ES� ) 115 gal | 435 L Recovery tank 91.1 gal | 346 L Demisting chamber 16.1 gal | 61 L Vacuum fans � water recovery (dual) 2 x .8 hp | 2 x .6 kW Speed 14,500 rpm Water lift 65 in | 1,650 mm SWEEPING SYSTEMS Dual Force Sweeping (DFS�) Technology Sweeping (main sweeping system) 36 in | 915 mm With dual sweeping side brush 67 in | 1,700 mm Direct Throw Sweeping Sweeping (main sweeping system) 35 in | 889 mm With dual sweeping side brush 67 in | 1,700 mm Other Sweeping System Specs: Side sweeping broom diameter 20 in | 520 mm Debris capacity (light litter) 3.0 ft3 | 85 L Dump height (variable to) 60 in | 1,525 mm Lift capacity 300 lb | 136 kg Filter canister 54.9 ft2 | 5.1 m 2 Vacuum fan (brushless maintenance free) 1.1 hp | 0.85 kW PROPELLING SYSTEM Propel speed forward (transport variable to) 5.5 mph | 9 km / h Propel speed forward (scrubbing variable to) 4.0 mph | 6.5 km / h Propel speed reverse (variable to) 3 mph | 5 km / h Propel motor 3.0 hp | 2.25 kW Speed control Electronic - AC Gradeability � Dual Force System Transport (Scrubbing) 6.0 deg | 10.5% Transport (Empty*) 7.5 deg | 13% Transport (Trailer loading*) 11.5 deg | 20% Gradeability � Direct Throw System Transport (Scrubbing) 3.0 deg | 5.0% Transport (Empty*) 7.5 deg | 13% Transport (Trailer loading*) 7.5 deg | 13% Ground clearance transport) 2.5 in | 64 mm Tire front (1), non-marking 13.8 x 5.8 in | 350 x 150 mm Tires rear (2), non-marking 15 x 5 in | 380 x 125 mm 930 AH C6 Lithium-ion batteries (up to 7.3 hrs) 38.8 kWh (1049 AH) SOUND LEVEL Operator�s ear*: 75 dBA; Kpa 3 dBA Sound pressure level tested per IEC 60335-2-72 *Disk unit, vacuum on (water pick up and dust control), squeegee down, brushes on, brushes up MACHINE DIMENSIONS Length basic machine 112.8 in | 2,865 mm Width Body 54 in | 1,370 mm Body (with side scrub brush) 55.3 in | 1,405 mm Rear squeegee (hard width) 49 in | 1,245 mm Height (top of steering wheel) 58.25 in | 1,480 mm With overhead guard 82.5 in | 2,096 mm Weight Empty (no battery) 3,335 lb | 1,515 kg With 930 AH wet batteries 5,450 lb | 2,475 kg Gross vehicle weight (GVW) 7,150 lb | 3,245 kg Minimum aisle turn 118.25 in | 3,003 mm STANDARD FEATURES 1-Step� control module Onboard diagnostics Touch-N-Go� wheel mounted module Recovery tank full indicator Wheel-mounted water shut-Off Solution tank empty indicator In-line vacuum fan filter Variable flow tank drains Tracking rear parabolic squeegee No-tool squeegee change Smart Release� breakaway rear squeegee, 1, EA; LI 002: Tennant S10 SWEEPING SYSTEM Type Direct-throw Cleaning path 34 in | 860 mm Coverage rate per hour Average (full speed, 2 in (5 cm) overlap) 40,800 ft� | 3,800 m� Maximum (full speed, no overlap) 43,300 ft� | 4,000 m� Main brush length (tubular) 26 in | 660 mm Main brush change No-tool Brush speed 550 rpm Side brush diameter (disk) 15 in | 380 mm Edge cleaning reach 2 in | 51 mm Hopper volume capacity 2.8 ft3 | 79 L Hopper weight 150 lb | 68 kg Hopper dump Mechanical lever or lift-and-dump PROPELLING SYSTEM Propelling motor 1.0 hp | 0.75 kW Propel speed forward (variable to) 2.9 mph | 4.7 km/h Propel speed reverse (variable to) 2.9 mph | 4.7 km/h Propel Type Chain drive differential Gradeability Empty hopper 7.0 deg/12.2% Full hopper 5.0 deg/8.75% Tires front (2), semi-pneumatic 2x10 in | 51x250 mm Tire rear (1), solid caster 1.5 x5 in | 38x130 mm Batteries 24V system, 2x12V 155Ah OPERATOR ERGONOMICS Ergonomic handle shape Simple push forward � pull reverse handle control Mechanical lever hopper dump Adjustable handle height (3 positions, tools required) DUST CONTROL SYSTEM Filter area 49 ft� | 4.6 m� Dust filtration (to) 3 microns@ 99% efficiency Vacuum fan speed 2000 rpm Vacuuum fan motor 1 hp | 0.75 kW Vacuum fan diameter 9 in | 230 mm Shaker mechanism Automatic timed SOUND LEVEL Operator�s ear 73 dBA Sound pressure level tested per ISO 11201 as recommended by the AACEM and OSHA MACHINE DIMENSIONS Length 63 in | 1,600 mm Width 36.5 in | 925 mm Height Handle in lowest position 37 in | 940 mm Handle in middle position 39.5 in | 1,000 mm Handle in highest position 42 in | 1,070 mm Weight 599 lb | 272 kg Minimum Aisle Turn (left) 68 in | 1,730 mm PRODUCT FEATURES Heavy-duty wrap-around bumper Automatic filter shaker Mechanical lever hopper dump Thermo-Sentry� On-board �smart� charger Adjustable handle height (3 positions, tools required) Variable forward and reverse propel Battery discharge indicator Hour meter Parking brake, 2, 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 https://marketplace.unisonglobal.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 Marketplace. 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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. 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. 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, for the extended description here is the website: https://www.acquisition.gov/ 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 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the 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 35 calendar 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. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. 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. 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 a pass fail requirement. Evaluation is based on a lowest price technically acceptable. 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@army.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 A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED***** Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award. Reporting During Contract Performance Equal Opportunity
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d656e484acf74c50b2dfe6195fd78b5a/view)
- Place of Performance
- Address: 8 Liberty St , Devens, MA 01434, USA
- Zip Code: 01434
- Country: USA
- Zip Code: 01434
- Record
- SN06321588-F 20220511/220509230058 (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 |