SOLICITATION NOTICE
24 -- Bobcat UW 56 (OR EQUAL) with Listed Accessories/Attachments
- Notice Date
- 9/19/2022 11:55:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- FBI - REDSTONE ARSENAL REDSTONE ARSENAL AL 35898 USA
- ZIP Code
- 35898
- Solicitation Number
- DJF-22-2100-0003861
- Response Due
- 9/26/2022 3:00:00 PM
- Archive Date
- 10/11/2022
- Point of Contact
- Robert Bass, Phone: 2562132631
- E-Mail Address
-
rmbass@fbi.gov
(rmbass@fbi.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Requirement: One (1) Bobcat UW56 OR EQUAL with listed accessories, that meets or exceeds the salient characteristics below. All products must be new, unused inventory. No used or remanufactured products will be accepted. Salient Characteristics Performance Rated Lift Capacity 1500 lb. (680 kg) Cargo Box Capacity 2000 lb. (907 kg) Towing Capacity 4000 lb. (1814 kg) Machine Rated Capacity (combined weight of load on lift arm, cargo box load, operator and passenger) 2200 lb. (998 kg) Total Rated Capacity (combined weight of load on lift arm, cargo box load, operator and passenger, and tow weight if equipped with a hitch) 4200 lb. (1905 kg) Travel Speeds Low Range 8.0 mph (12.9 km/hr.) High Range 16.5 mph (26.5 km/hr.) Reverse 8.0 mph (12.9 km/hr.) Dimensions Cab Height 81.0 in. (2057 mm) Overall Length with Standard Bucket 172.1 in. (4372 mm) Overall Width with Track Tires 60.0 in. (1524 mm) Ground Clearance 8.0 in. (203 mm) Operating Weight 5680 lb. (2576 kg) Outside Turning Diameter (AWS) 134.6 in. (3419 mm) Lift Height 83.3 in. (2116 mm) Engine Horsepower 61.0 hp (45.5 kW) Engine Type Diesel Diesel Fuel Tank Capacity 20.0 gal. (76.0 L) Machine Protection Feature Battery Rundown Protection Horsepower Management Comfort Features Cab With Heat and Air Conditioning Cruise Control Intermittent Windshield Wipers LED Front Work Lights Road Light Kit Std Turn Signals/Flashers Std Performance Features Four-Wheel Drive Four-Wheel Independent Suspension Limited Slip Differentials Traction Control Opt 2-Speed Transmission Hydraulic Dump Cargo Box Machine Safety Features ROPS/FOPS Approved Cab Structure Toolcat Interlock Control System (TICS�) Keyless Start System Std Std Features for Attachments Auxiliary Hydraulics Hydraulic Standard Flow 18.8 gpm (71.0 L/min.) Hydraulic High Flow 27.9 gpm (105.0 L/min.) Hydraulic Pressure 3000 psi (207 bar) Pressure Release Hydraulic Quick Couplers Fingertip Auxiliary Control Lift Arm Float Functionality Dual-Direction Detent Speed Management Drive Response REQUIRED Accessories/Attachments: Deluxe Road Package Hard Cab Enclosure with HVAC 4k HD Pallet Fork Frame 42� 4k HD Pallet Fork Teeth Snow Blower Snow Blower Motor Package Snow Pusher Blade Bucket Country of Manufacture United States Delivery Address: FBI, BLDG 1440 345 route 293 Highland falls, NY 10928 Submission of Quotes The RFQ number is�DJF-22-2100-PR-0003861 and shall be referenced on all quotes or communications. Quotations and any accompanying information shall be submitted via email to Robert Bass at rmbass@fbi.gov no later than Monday, September 26, 2022, at 5:00 pm, EST. Quotes sent via other means (i.e., telephone call, email, facsimile transmission, etc.) will not be accepted. Quotes should be valid for 30 days after the closing date of September 26, 2022. Submission of Questions Questions shall be submitted via email � Request for Information (RFI) and sent to the attention of�Robert Bass at rmbass@fbi.gov no later than Friday, September 23, 2022, at 10:00 am, EDT. Questions sent via other means (i.e., telephone call, facsimile transmission, etc.) will not receive responses.� Availability of Funds Funds are available to fulfill this requirement; however, the Government reserves the right not to make an award if a fair and reasonable price cannot be agreed upon for the subject requirement. Instructions to Offerors 1. You are requested to submit a quotation to provide the required products outlined in this RFQ. 2. The quote shall be separated into two separate documents and address the following: A.�Technical�� The technical portion shall be broken down in a manner to fully address the technical specifications outlined in the descriptions. The technical portion shall not exceed 20 pages.�The technical quote SHALL NOT contain any pricing information. B.�Price�� The pricing portion shall be on company letterhead and include a full price breakdown to include all requirements outlined in the RFQ. The quote shall be valid for 30 calendar days or longer with the starting date of Monday, September 26, 2022. 3. All quotation documents when printed shall fit on 8 � x 11-inch paper to include spreadsheets (with appropriate page breaks). All documents and spreadsheets shall include the Contractor Name, UEI number, �SOW Title, and Date. Ensure your proposal is submitted in PDF format. Spreadsheets shall be submitted in Excel document. 4. Please identify the primary and alternate point of contacts (POCs) for this effort. Information shall include the POC name, office telephone numbers, mobile telephone numbers, and e-mail address. BASIS FOR AWARD The acquisition evaluation will be conducted utilizing the Lowest Price Technically Acceptable process. As defined in the FAR, lowest price technically acceptable process represents an award made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors and past performance. The following criteria will be evaluated: FACTOR 1: Technical�- The term �technical,� as used herein, refers to the non-price elements listed below. Quotes will be rated as ""Acceptable"" or ""Unacceptable"" regarding their ability to meet each element. Refer to Table 1 for a description of the ratings. All elements must be acceptable for a quote to be considered for award. Element 1: General Specification � The Offeror shall submit a proposal that meets or exceeds ALL specifications required in the description. Element 2: Delivery � Delivery of the Bobcat UW56 OR EQUAL with listed accessories shall be FOB ""Destination"". The desired delivery date for this requirement is 90 days or less after receipt of order (ARO). Offerors shall address the delivery requirement within their quote. 2. FACTOR 2:�Price�- The Government will utilize a Lowest Price Technically Acceptable (""LPTA"") evaluation method for this requirement. Trade-offs between cost/price and non-cost/price Elements are not permitted. The Government intends to award a firm fixed price contract using competitive procedures to the responsible offeror whose proposal, is/are deemed responsible in accordance with the solicitation (to include all stated terms, conditions, and all other information required by the solicitation), provides the Lowest Priced Technically Acceptable offer to satisfy the requirements of this solicitation and the SOW. Proposals that fail to address all the requirements set forth in the solicitation will be rejected. The Government will evaluate all aspects of the price for fairness, and reasonableness. Note:�The Government intends to review past performance information from any sources available. These sources include, but are not limited to PPIRS, FAPPIIS, SAM, or other databases. Invoice Submission Instructions The Federal Bureau of Investigation (FBI) has implemented an electronic invoicing system, the Invoice Processing Platform (IPP), to comply with the Office of Management and Budget�s 2018 electronic invoicing mandate. IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury�s Bureau of the Fiscal Service (Treasury) in partnership with the Federal Reserve Bank of St. Louis (FRSTL).� IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. To learn more about IPP, please visit IPP.gov. Small Business Accelerated Payment The contractor must indicate its business size on each invoice to assist the payment office in determining eligibility for accelerated payment in accordance with OMB memo M-11-32, �Accelerating Payments to Small Businesses for Goods and Services,� dated 10/14/2011. The Prompt Payment Act still applies to this action; however, the agency will make best efforts to pay proper invoices within 15 days. Terms and Conditions The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.211-6, Brand Name or Equal; FAR 52.212 � 1, Instructions to Offerors � Commercial Items; FAR 52.212-2, Evaluation � Commercial Items. Award will be made to the lowest price/technically acceptable (LPTA) vendor; FAR 52.212 � 3, Offeror Representations and Certifications � Commercial Items - the selected offeror must submit a completed copy of the listed representation and certifications; FAR 52.212-4, Contract Terms and Conditions � Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-28,52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33. Warranty The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. 52.246-20������� Warranty of Services����������������������������������������������������������������������� ���� (May 2001) (b) The Contracting Officer shall give written notice of any defect or nonconformance to the Contractor within 15 days of use by the Government. This notice shall state either- (1) That the Contractor shall correct or reperform any defective or nonconforming services; or (2) That the Government does not require correction or reperformance. Inverted Domestic Corporations Section 743(a) of Division D of the Omnibus Appropriations Act, 2009, prohibits the Federal Bureau of Investigation from entering into any contract with any foreign incorporated entity which is treated as an inverted domestic corporation under Section 835(b) of the Homeland Security Act of 2002 (6 U.S.C. � 395(b)) or any subsidiary of such entity. This prohibition does not apply to contracts entered before March 11, 2009, or to any task orders issued pursuant to such contracts. The Attorney General shall waive prohibitions in the interest of national security. The Contractor under this solicitation warrants that: ___ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to 6 U.S.C. � 395(b); ___ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to 6 U.S.C. � 395(b), but it has submitted a request for waiver or plans to submit a request for waiver. A copy of the approved waiver, if a waiver has been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. The Contractor warrants that if at any time after award it discovers it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to 6 U.S.C. � 395(b) and a waiver was not obtained, the Contractor shall make an immediate and full disclosure in writing to the Contracting Officer. The Government may, however, terminate the contract at no cost to the Government. None of the funds made available by the Department�s current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation- Convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or That has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. By submitting a response to this solicitation, the offeror represents that, as of the date of this offer- The offeror is�not�a corporation convicted of a felony criminal violation under any� Federal or State law within the preceding 24 months; and, The offeror is�not�a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Representation Regarding Felony Conviction Under Any Federal law or Unpaid Delinquent Tax Liability (Deviation 2012-02)���������������������������������������������������������� (Jan 2012) (a) In accordance with sections 543 and 544 of Title Y, Division B of the Further Continuing Appropriations Act, 2012 (Pub. L. 112-55), none of the funds made available by that Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation (1) convicted of a felony criminal violation of any Federal law within the preceding 24 months, unless an agency has considered suspension and debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or, (2) with an unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless an agency has considered suspension and debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By accepting this award or order, in writing or by performance the offeror/contractor represents that- (1) the offeror/contractor is not a corporation convicted of a felony criminal violation under any Federal law within the preceding 24 months; and, (2) the offeror/contractor is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. DJAR-PGD-15-02-Attachment 1A Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability � Solicitation (DEVIATION�2015-02)�������������������������������� ����������������������������������������������������������������������������������������������� (March 2015) (a) None of the funds made available by the Department�s current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation � (1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability,�unless�an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By submitting a response to this solicitation, the offeror represents that, as of the date of this offer- (1) the offeror is�not�a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) the offeror is�not�a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax. System for Award Management Please ensure your firm is registered in System for Award Management (SAM). All vendors must be registered in SAM to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override our current information. Please ensure that your company�s SAM information is updated and accurate. This includes: TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ad3be85437d84686b02dacc426ab2a26/view)
- Place of Performance
- Address: Highland Falls, NY 10928, USA
- Zip Code: 10928
- Country: USA
- Zip Code: 10928
- Record
- SN06470656-F 20220921/220919230117 (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 |