Federal Bid

Last Updated on 12 Mar 2024 at 6 PM
Sources Sought
Chambersburg Pennsylvania

Plow Offset Disc

Solicitation ID PRW25G1Q325000M3
Posted Date 12 Mar 2024 at 6 PM
Archive Date 13 Apr 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W6qk Lad Contr Off
Agency Department Of Defense
Location Chambersburg Pennsylvania United states 17201

General Information

1. This is a combined synopsis/solicitation for commercial items 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; a written solicitation will not be issued.

2. This requirement is being advertised as a Request for Quotation (RFQ). The anticipated award will be a Firm Fixed Price Purchase Order. Award will be made to the lowest price, technically acceptable offeror.

3. This acquisition is set-aside for 100% Small Business Concerns. The North American Industry Size Classification System (NAICS) code associated with this requirement is 333111. The Small Business Size Standard associated with this NAICS is 1,250 employees.

4. All equipment listed below shall be new.

Requirement Information

Line Item Description W25G1Q325000M3

0001 Letterkenny Army Depot has a requirement for purchase and delivery of 1 each plow offset disc, 11 foot disc with notched front discs and solid rear discs. Hydraulic leveling. 12.5L x 15 tires. Mechanical depth stop. In accordance with the attached minimum specifications.     

Qty      Unit of Issue               Unit Price                               

1          each                            ___________                         

Payment Terms __________

Estimated Delivery Time ____________

Place of Delivery/Performance/Acceptance/FOB Point:

F.O.B. Destination is required to Letterkenny Army Depot, Chambersburg, PA 17201. Exact delivery address will be provided in the resulting award.

Instructions to Offerors

FAR provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. As prescribed in FAR 12.30l(b)(l), the following addendum is provided for this solicitation and hereby amends any language therein:

1. Questions regarding this requirement shall be submitted to the Contracting Officer, in writing, at least 5 calendar days prior to the closing date.  Questions submitted after this time will be answered at the discretion of the Contracting Officer.  The Contracting Officer for this action is Michelle Fike, email: [email protected].    Please forward questions to Laura Buehler, Contract Specialist, email: [email protected].

2. Include offeror’s name, address, telephone number, unit price, payment terms, any discount information, CAGE code, tax identification number (TIN) with the quotation. Include the estimated delivery time after receipt of order. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation, may be excluded from consideration.

IMPORTANT NOTICES

1. System for Award Management (SAM): In accordance with FAR 4.1102, Offerors must be registered in the SAM database in order to be eligible for contract award. No award will be made to an Offeror not registered. Registration can be accomplished at attps://www.sam.gov/portal/public/SAM/. Registration in this database must be kept current.

2. Annual Representations and Certifications: In accordance with FAR 4.1201, Offerors shall complete electronic annual representations and certifications within SAM as part of required registration. Registration in this database must be kept current and can be accessed at https://www.sam.gov/portal/public/SAM/.

3. Award without Discussions: The Government intends to award without discussions; therefore Offerors should submit their best prices in their initial offer. FAR Provision 52.212-2, Evaluation-Commercial Items, is included. Offerors must submit all information requested therein in order for the Government to determine technical acceptability.

4. Amendments: The Offeror shall submit to the Contracting Officer signed copies of all amendments issued to this solicitation. Failure to comply may cause your proposal to be rejected.

5. Payment: Payment for this action will be made by Electronic Funds Transfer (EFT) through the Defense Finance and Accounting Services (DFAS) utilizing Wide Area Work-Flow WAWF). See FAR 252.232-7006 for more information.

6. Period for Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.

7. Set- Aside: The proposed contract is a 100% Small Business Set-Aside.

8. Response Time- Request for Quotation will be accepted via e-mail not later than 4:00 P.M. Eastern Time on 29 March 2024. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on SAM.GOV will not be made available.

9. Only email responses will be accepted.

10.  The vendor must provide supporting literature for review to demonstrate that the offered product meets the salient characteristics/specifications.  The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote.  See FAR 52.211-6 for more information.  https://www.acquisition.gov

11.  Award: The Government intends to award a Firm-Fixed-Price purchase order. Award will be made based upon lowest price, technically acceptable. The Government reserves the right to determine technical acceptability.  To be determined technically acceptable, all items must meet all minimum specificatons. Failure to submit supporting documentation will render the quote non-responsive and it will no longer be considered for this procurement.

The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at www.Acquisition.gov

The following provisions and clauses are hereby included by full text or by reference as prescribed:

FAR 52.202-1 Definitions

FAR 52.203-2 Certificate of Independent Price Determination

FAR 52.203-3 Gratuities

FAR 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government

FAR 52.203-7 Anti-Kickback Procedures

FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity

FAR 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity

FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions

FAR 52.203-13 Contractor Code of Business Ethics and Conduct

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights

FAR 52.204-7 System for Award Management

FAR 52.204-9 Personal Identity Verification of Contractor Personnel 

FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

FAR 52.204-13 System for Award Management Maintenance

FAR 52.204-16 Commercial and Government Entity Code Reporting

FAR 52.204-17 Ownership or Control of Offeror

FAR 52.204-18 Commercial and Government Entity Code Maintenance

FAR 52.204-19 Incorporation by Reference of Representations and Certifications.

FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems.

FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and other Covered Entities

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation

FAR 52.209-2, Prohibition on Contracting With inverted Domestic Corporations

FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

FAR 52.212-1, Instructions to Offerors, Commercial Items

FAR 52.212-3 Offeror Representations and Certifications—Commercial Items Alternate I

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 (Deviation) Alt 1

FAR 52.219-6 Notice of Total Small Business Set-Aside

FAR 52.219-28 Post-Award Small Business Program Representation

FAR 52.222-3 Convict Labor

FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies

FAR 52.222-21 Prohibition of Segregated Facilities

FAR 52.222-26 Equal Opportunity

FAR 52.222-36 Equal Opportunity for Workers with Disabilities

FAR 52.222-37 Employment Reports on Veterans

FAR 52.222-50 Combating Trafficking in Persons

FAR 52.223-5 Pollution Prevention and Right-to-Know Information

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-1 Buy American Act—Supplies

FAR 52.225-13 Restrictions on Certain Foreign Purchases

FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications.

FAR 52.232-1 Payments

FAR 52.232-17 Interest

FAR 52.232-23 Assignment of Claims

FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management

FAR 52.232-39 Unenforceability of Unauthorized Obligations

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-1 Disputes

FAR 52.233-2 Service Of Protest

FAR 52.233-3 Protest After Award

FAR 52.233-4 Applicable Law for Breach of Contract Claim

FAR 52.242-15 Stop-Work Order

FAR 52.247-34 F.O.B. Destination

FAR 52.252-1 Solicitation Provisions incorporated by reference

FAR 52.252-2 Clauses incorporated by reference 

FAR 52.252-5 Authorized Deviations in Provisions

FAR 52.252-6 Authorized Deviations in Clauses

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7003 Control of Government Personnel Work Product

DFARS 252.203-7005 Representation Relation to Compensation of Former DoD Officials

DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism

DFARS 252.211-7003 Item Unique Identification and Valuation

DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials

DFARS 252.225-7001 Buy American and Balance Of Payments Program-- Basic

DFARS 252.225-7002 Qualifying Country Sources As Subcontractors

DFARS 252.225-7048 Export-Controlled Items

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7004 DOD Progress Payment Rates

DFARS 252.232-7006 Wide Area Workflow Payment Instructions

DFARS 252.232-7010 Levies on Contract Payments

DFARS 252.243-7001 Pricing of Contract Modifications

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023 Transportation of Supplies by Sea

  • Please be advised that the clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and that any and all addendums to this Combined Synopsis/Solicitation apply to this clause as well.
  • Please be advised that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and that any of the additional FAR clauses cited in the clause apply as well to this acquisition. 

52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (a) 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 factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA) and Determination of Responsibility.

To be determined technically acceptable, all items must meet all minimum specifications.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) 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.

Company Name: _________________

Name of Person Signing: ___________________

Duty Title: _______________________

Signature: _______________________

Date: ___________________________

CAGE code: ______________

Bid Protests Not Available

Similar Past Bids

Chambersburg Pennsylvania 21 Sep 2023 at 5 PM
Chambersburg Pennsylvania 20 Feb 2024 at 1 PM
Chambersburg Pennsylvania 18 Jan 2024 at 5 PM
Chambersburg Pennsylvania 12 Mar 2024 at 6 PM
Savannah Georgia 04 Sep 2008 at 2 PM

Similar Opportunities

Mechanicsburg Pennsylvania 18 Jul 2025 at 8 PM
Location Unknown 30 Sep 2025 at 4 AM (estimated)
Beaufort South carolina 09 Jul 2025 at 5 PM
Beaufort South carolina 09 Jul 2025 at 5 PM
Redstone arsenal Alabama 01 Aug 2025 at 9 PM