Wyoming Bids > Bid Detail

M-Van Hoists

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159650747715918
Posted Date: Jun 23, 2023
Due Date: Jul 7, 2023
Solicitation No: FA461323Q1025
Source: https://sam.gov/opp/483b7300c4...
Follow
M-Van Hoists
Active
Contract Opportunity
Notice ID
FA461323Q1025
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jun 23, 2023 03:46 pm MDT
  • Original Date Offers Due: Jul 07, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation

Solicitation Number: FA461323Q1025

M-Van Hoists





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% small business set aside.





The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1025, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 333923, with a small business standard of 1250 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 Regulation FAC Number 2023-04 effective 2-Jun-23, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 06/09/2023 and Air Force Federal Acquisition Regulation Supplement Change Number AFFARS Change 05/08/2023.







DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.





The contractor shall provide the following:





THIS IS A BRAND NAME OR EQUAL REQUIREMENT





CLIN 0001 – CM2752CF Lodestar Model F (Brand Name or Equal)





Must have the following characteristics, but not limited to:





- ½ Ton



- 45' of lift



- zinc plated chain



- pendant with 6' cord length



- 15ft power cord



- control voltage: 115 Volt



- hoist voltage: 110-120/1/60



- weatherproof hoist



- latch type lower hook



- lug mount suspension



- push trolley



- steel chain container



- standard paint finish



- technical manual





Quantity: 12 Each Price: Each - price includes shipping and delivery





Unit Price: $_________________ Extended Price: $_________________





Assembly not required – Delivery only to single location.





DELIVERY DATE(S): Estimated delivery 90 Days after the date of Order/Contract





PLACE OF DELIVERY:



790 MXS, ATTN: VES



1235 Commissary Road, Bldg 1325, RM E-133



F. E. Warren AFB, WY 82005





ALL QUESTIONS must be emailed to michelle.crenshaw@us.af.mil and maria_lourdes.bustillo@us.af.mil. and received no later than Thursday, June 29, 2023, 10:00 AM Mountain Time (MT).





ALL PROPOSALS MUST be received no later than Friday, July 07, 2023, 2:00 pm (MT). Forward all proposals by e-mail to michelle.crenshaw@us.af.mil and maria_lourdes.bustillo@us.af.mil.





Per FAR Subpart 4.1102, offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. Failure to do so will result in the offer being deemed ineligible for award. For information refer to: https://www.sam.gov/portal/public/SAM/





APPLICABLE FAR CLAUSES:



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





FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JAN 2017)






  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.






  1. 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.






  1. 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.






  1. 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.






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






  1. 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), unit price inclusive of shipping/delivery and extended price.

  2. Total Firm Fixed Price

  3. Any Discount Terms

  4. Warranty

  5. Delivery Time: 90 days after contract award

  6. Technical Submission Requirements



      1. Quote shall contain a description including part number and title.

      2. If different than CM2752CF Lodestar Model F (measurements must be exact), a list of salient characteristics/specifications must accompany quote. At a minimum, must have the characteristics that are listed above under CLIN 0001.





  7. Cage Code

  8. Company Name and Address





FAR 52.212-2: Evaluation – Commercial Items (OCT 2014)





FAR 52.212-2 is hereby tailored as follows:






  1. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will award to the lowest priced technically acceptable offeror. The following factors shall be used to evaluate offers:






  1. Technical capability/acceptance – The Government will evaluate the vendor’s Technical Quote to determine whether the proposed solution provides a clear understanding of the requirement. Technical data/documents (deliverables) as required and listed above shall be evaluated. Technical acceptability will be determined on an Acceptable/Unacceptable basis.

  2. Price – 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 to the extent required to determine the reasonableness of the offered prices.

  3. The Government will evaluate quotes in accordance with the following evaluation criteria. The Government will evaluate quotes for acceptability, but will not rank the quotes by the non-price factors. If the Government received fewer than three (3) 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. deleted






  1. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specifies 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.





52.211-6 Brand Name or Equal.





As prescribed in 11.107(a), insert the following provision:





Brand Name or Equal (August 1999)






  1. If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specific in the solicitation.

  2. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-

    1. Meet the salient physical, functional, or performance characteristic specified in this solicitation;

    2. Clearly identify the item by-

      1. Brand name, if any; and

      2. Make or model number;



    3. Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and

    4. Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Make any descriptive material to clearly show the modifications.



  3. The Contracting officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

  4. Unless the offeror clearly indication in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.





(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.



€ 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: Additional Applicable Provisions and Clauses


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
  • Jun 23, 2023 03:46 pm MDTCombined Synopsis/Solicitation (Original)

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 >