Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2024 SAM #8108
SOLICITATION NOTICE

W -- Three (3) 15Ks needed for Ft. Riley container redeployment

Notice Date
2/6/2024 12:40:03 PM
 
Notice Type
Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
W6QM MICC-FT RILEY FORT RILEY KS 66442-0248 USA
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-24-Q-0033
 
Response Due
2/7/2024 3:00:00 PM
 
Archive Date
02/22/2024
 
Point of Contact
LATOYA N HUGHES, ENES MEMIC
 
E-Mail Address
latoya.n.hughes2.mil@army.mil, enes.memic.mil@army.mil
(latoya.n.hughes2.mil@army.mil, enes.memic.mil@army.mil)
 
Description
RFQ # W911RX-24-Q-0033 Three (3) 15K or greater Forklift Rental 2ABCT/1ID, Fort Riley, KS This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested and a written solicitation will not be issued. The following solicitation is IAW FAR PART 13, Simplified Acquisition Procedures, FAR PART 12, Commercial Items. Set-Aside Requirement This solicitation is a Total Small Business (SB) set-aside, FFP, RFQ. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. NAICS CODE Vendor must be registered with NAICS Code 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing, with a Size Standard of $40M. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. Request for Quote All questions due by 07 February 2024, 12:00 PM �(CDT) Please return this electronic RFQ with your offer by 17:00 PM (CDT) on 07 February 2024. Point of Contact: SSG Latoya Hughes, Contract Specialist, Fort Riley, KS 66442 E-Mail: latoya.n.hughes2.mil@army.mil Contracting Officer: MSG Enes Memic, Contracting Officer, Fort Riley, KS 66442 E-Mail: enes.memic.mil@army.mil Also, please include the following company information with your quote: Company Name: POC: Phone: Email Address: CAGE Code: SAM UEI: Tax ID Number: Requested Specification: Please see Attachment-1 (PWS) for further detail. CLIN Description Unit of Measure QTY Unit Price Total Price 0001 Provide for Rent, three (3) Forklift capable of lifting 15K lbs., (Fork size 7.5 FT long. /8 in wide. /Spread 7.5 FT). The Forklifts will be delivered by the vendor to the location shown in PWS Para 1.1.1 The pricing of the service will include: All necessary services to sustain utilization throughout the duration of the contract. Equipment repairs and replacements. All necessary repair calls and all necessary repair or replacement parts. Delivery and pick-up of the leased equipment. Permits/Toll Per Diem Block instruction for the Soldier operators of the forklifts FFP See PWS for details. FOB: Destination PoP: 09 February 2024- 22 March 2024 JOB 3 Total Evaluation of Offerors The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation. Evaluation for Award is Lowest Price Technically Acceptable (LPTA) IAW with FAR 13.106-2. The Government will award a firm fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability, schedule, and Contractor Past Performance of the item offered to meet the Government requirement. All evaluation factors other than Price, when combined, are equally as important as price. Instructions to Offerors � Commercial Items IAW FAR 52.212-1(g), the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. System for Award Management (SAM) IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. Request for Debrief Under FAR Part 12 Streamlined Procedures for Commercial Acquisitions, a debrief is not required. The Government will not offer a debrief for this requirement. Provision and Clauses The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2024-02 dated 22 January 2024. From the Federal Acquisition Regulation (FAR), the following provisions and clauses are applicable to this solicitation: 52.204-7, 52.204-10, 52.204-13, 52.204-23, 52.204-24, 52.204-25, 52.204-26, 52.204-27, 52.209-6, 52.209-10, 52.209-11, �52.212-1, 52.212-3 ALTI, 52.212-4, 52.212-5(CD2018-O0021), 52.217-8,52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-25, 52.232-33, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 52.252-2, 52.252-5, 52.252-6. The solicitation document and incorporated provisions and clauses are those in effect through DFARS Change dated 22 January 2024. From the Department of Defense FAR Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: 252.201-7000, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.204-7019, 252.204-7020, 252.215-7013, 252.223-7008, 252.225.7048, 252.225-7059, 252.225-7060, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.244-7000. Full text of these clauses may be found at https://www.acquisition.gov. Offer Period Quote shall be good for 30 calendar days from the date of the quote submission. Filing a Protest It is preferable that protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the Contracting Officer for interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: 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. Attachment: PWS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/025161d44e67454698f71040e62d82c2/view)
 
Place of Performance
Address: Fort Riley, KS 66442, USA
Zip Code: 66442
Country: USA
 
Record
SN06956239-F 20240208/240206230045 (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.