Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2024 SAM #8180
SOLICITATION NOTICE

39 -- 9 Electric 4K Forklifts

Notice Date
4/18/2024 5:34:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451024Q1018
 
Response Due
5/2/2024 12:00:00 PM
 
Archive Date
05/17/2024
 
Point of Contact
Jose Acevedo
 
E-Mail Address
jose.acevedo@dla.mil
(jose.acevedo@dla.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
Amendment 0002 The purpose of this amendment is to answer five (5) questions received by interested contractors and upload answers as an attachment document: Solicitation Questions and Answers. �The purpose of this amendment is to remove attachment SOW 4k Forklifts 11.16.23 v2 and replace with attachment SOW 4K Forklifts 4.15.24 v3. Attachment SOW 4K Forklifts 4.15.24 v3 provides the required characteristics for CLIN 0002. The purpose of this amendment is to extend the closing date of this solicitation by 7 days. All offers will be due by May 2, 2024 at 3:00 pm est. There are no other changes at this time.� **************************************************************** Amendment 0001 This amendment is to correct SAM Solicitation posting set aside status.� This solicitation is now updated to a HUBZone setsides.� *********************************************************** DLA Disposition Services Various Locations 9 4k Electric Forklifts SP4510-24-Q-1018 This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice.� This is for a single award without options. The required equipment is per the attached specifications, including its delivery timeframes. This procurement is a 100% Small Business HUBZone Set-Aside, in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 333924 and applicable threshold of 900 employees. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3).� If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Quotes are to be received no later than 3:00 p.m. Eastern Standard U.S. Time on the specified date, via email only to the designated Contracting Officer. See Attachment for the Bid Schedule and Specifications/Additional Terms.� All quotes shall be in U.S. Dollars All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies.� Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC.� Deliveries must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays. INSTRUCTIONS TO OFFERORS: Submit quotes by email to Jose.Acevedo@dla.mil no later than April 25, 2024, at 3:00 P.M. Eastern Time.� Attention should be noted to FAR 52.212-1(f), concerning late submissions.� The offeror bears the risk of non-receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.� Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include:� 1) The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items.� 2)�� Complete listing of CLIN specifications for each offered equipment item, fully demonstrating that each meets the required specifications in the attachment and price includes required familiarization training and shipping charges. The attached SOW lists all CLINs and their respective specifications. 3) Offerors shall provide the applicable CAGE code and Unique Entity Identifier with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than April 18, 2024 at 12:00 PM Eastern Time.� In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation.� The Government is not responsible for answering questions received after this deadline. EVALUATION: Quotations will be evaluated on a Lowest-Priced Technically Acceptable basis. Award will be made to firm that offers the lowest total cost to the Government for the entire requirement after a pass/fail evaluation of the contractors� provided technical submittals meeting, or exceeding, salient characteristics. FAR 52.212-1 (Instructions to Offerors -- Commercial) (Nov 2021) Fill-in coverage: All offerors shall submit the make, model, and technical specifications of the forklift being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met. FAR 52.212-2 (Evaluation -- Commercial Items) (Nov 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price technically acceptable.� FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (Nov 2021) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I (Nov 2021) 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) applies to this procurement. 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Jun 2020)) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award (OCT 2022) (15 U.S.C. 657a). 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2022) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-50 Combatting Trafficking in Persons (Nov 2021) 52.223-18 Encouraging Contractor Policy to Ban Text Messages While Driving (Jun 2020) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018) The following additional FAR clauses apply to this procurement: 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.203-6 Restrictions on Subcontractor Sales to the Government--Alternate I 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.207-4 Economic Purchase Quantity -Supply AUG 1987 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-17 Ownership or Control of�Offeror�(Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-23 Prohibition on�Contracting�for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other�Covered Entities�(Nov 2021) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct�2020) 52.204-27 Prohibition on a ByteDance Covered Application 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.225-13 Restrictions on certain foreign purchases (Feb 2021) 52.225-25 Prohibition on�Contracting�With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (Jun 2020) 52.229-6 Taxes�Foreign Fixed-Price Contracts (Feb 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to�Small Business Subcontractors�(Nov 2021) 52.233-1 Disputes (May 2014) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Sept 2016) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.247-34 FOB Destination (Nov 1991) The following DFARS clauses apply to this procurement: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product�� APR 1992 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEC 2019) 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (May 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) 52.204-9000 Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.215-7007 Notice of Intent to Resolicit MAR 2022 252.215-7008�� Only One Offer DEC 2022 252.225-7000 BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC (NOV 2014)������������� 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM�BASIC (DEC 2016) 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 2016) 252.225-7012 Preference For Certain Domestic Commodities (Dec 2017) 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015) 252.225-7048 Export-Controlled Items (Jun 2013) 252.229-7001 Tax Relief � Basic (Apr 2020) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateral award) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 5452.233-9001 Disputes: Agreement To Use Alternative Dispute Resolution (ADR) APR 2001 C03 Contractor Retention Of Supply Chain Traceability Documentation (Sep 2016)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d078600ec0834a8f855bdb03e36994bf/view)
 
Place of Performance
Address: Battle Creek, MI 49015, USA
Zip Code: 49015
Country: USA
 
Record
SN07035414-F 20240420/240418230056 (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.