Wyoming Bids > Bid Detail

Forklift Battery

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159468214244564
Posted Date: Jun 15, 2023
Due Date: Jun 20, 2023
Solicitation No: FA461323Q1021
Source: https://sam.gov/opp/d0ca4823b4...
Follow
Forklift Battery
Active
Contract Opportunity
Notice ID
FA461323Q1021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jun 15, 2023 01:51 pm MDT
  • Original Published Date: Jun 02, 2023 05:07 pm MDT
  • Updated Date Offers Due: Jun 20, 2023 10:00 am MDT
  • Original Date Offers Due: Jun 20, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 05, 2023
  • Original Inactive Date: Jul 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6140 - BATTERIES, RECHARGEABLE
  • NAICS Code:
    • 335910 - Battery Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

Amendment 1 – Post: Attachment 3 – Q and A and Updated Solicitation (changes are bold and underlined)





Combined Synopsis/Solicitation



Solicitation Number: FA461323Q1021





Purchase Description: Forklift Battery



This is a Combined Synopsis Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to SAM.gov website as a 100% Total Small Business Set Aside.





The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1021, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 335910, with a small business size standard of 1,250 employees.





The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-04 (effective 02-Jun-23), Defense Federal Acquisition Regulation Supplement DFARS Change 04/27/2023 and Air Force Federal Acquisition Regulation Supplement AFFARS Change 05/08/2023.







DESCRIPTION OF ITEM: CLIN 0001



One (1) each replacement battery for a Hyster J40Z-28 Forklift, 40 Cell (80 Volt) Type 125DL-09 (see Attachment 2, Battery Data Plate)





TOTAL PRICE $ ____________________



Price shall include ALL costs associated with this requirement, including, but not limited to shipping, delivery AND DISPOSAL OF OLD BATTERY.





DELIVERY DATE: 90 Days after Contract Award



PLACE OF DELIVERY:



7315 Saber Road, Bldg 1245



F.E. Warren AFB, WY 82005





Delivery P.O.C.: Mr. Anthony Janssen (307) 773-4413





Questions MUST be received no later than 12 June 2023; 10:00 AM Mountain Time by e-mail to maria_lourdes.bustillo@us.af.mil and chad.evans.19@us.af.mil





Quotes MUST be received no later than 20 June 2023; 10:00 AM Mountain Time by e-mail to maria_lourdes.bustillo@us.af.mil and chad.evans.19@us.af.mil





Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.





APPLICABLE FAR CLAUSES:



All applicable Provision/Clauses can be found in Attachment 1 – Provisions and Clauses. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor.





(ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS -- Commercial Items



FAR 52.212-1 is hereby tailored as follows:




  1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. (if applicable)

  2. After receipt of quotes, the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.

  3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.

  4. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.

  5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall



provide the following, as part of the quote submission package, no later than the required time and date for quote submission.





DELIVERABLES:




  1. Price quote which identifies the requested item(s), inclusive of ALL costs, i.e. shipping, delivery, assembly, installation, testing and on-site training.

  2. Total Firm Fixed price

  3. Any Discount Terms

  4. Delivery Date

  5. Technical Submission Requirements - the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed. Brochures, photos, and specifications are required showing minimum requirements are met as listed on this solicitation.

  6. Cage Code

  7. Company name, physical address, point of contact, phone number, and email address.



(End of provision)





FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021)



FAR 52.212-2 is hereby tailored as follows:




  1. The Government will award a 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:




  1. Technical acceptability of the product offered: Brochures, photos and specifications are required showing minimum requirements as listed on this solicitation and Attachment 2.

  2. Price: Award will be made to the lowest price technically acceptable quote. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror (if required) to the extent required to determine the reasonableness of the offered prices.

  3. The Government will evaluate quotes for technical acceptability, but will not rank the quotes by the non-price factors. If the Government receives fewer than three (3) initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.




  1. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)





AFFARS 5352.201-9101 AFGSC Ombudsman (OCT 2019)



(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.



(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).



(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location – Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.



(d) The ombudsman has no authority to render a decision that binds the agency.



(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.



(End of clause)





5352.223-9001 Health and Safety on Government Installations (OCT 2019)



(a) In performing work under this contract on a Government installation, the contractor shall:



(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety



of contractor and Government personnel performing or in any way coming in contact with the



performance of this contract; and



(2) Take such additional immediate precautions as the contracting officer may reasonably require for



health and safety purposes.



(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health



(AFOSH) Standards and/or health/safety standards as may be required in the performance of this



contract and any adjustments resulting from such direction will be in accordance with the Changes



clause of this contract.



(c) Any violation of these health and safety rules and requirements, unless promptly corrected as



directed by the contracting officer, shall be grounds for termination of this contract in accordance



with the Default clause of this contract.



(End of clause)





AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (OCT 2019)



(a) Contractors shall not:



(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or



(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.



[Note: This prohibition does not apply to manufacturing.]



(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086 ) are Class I ODSs:



(1) Halons: 1011, 1202, 1211, 1301, and 2402;



(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and



(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.



[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]



(End of clause)





ATTACHMENTS



Attachment 1 – Provisions and Clauses



Attachment 2 – Salient Characteristics – Battery Data Plate



Attachment 3 – Q and A


Attachments/Links
Contact Information
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >