Federal Bid

Last Updated on 19 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Kapolei Hawaii

Rider Style Sweeper Scrubber Tennant

Solicitation ID W912J619Q0036
Posted Date 18 May 2019 at 1 AM
Archive Date 19 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m4 Uspfo Activity Hiang 154
Agency Department Of Defense
Location Kapolei Hawaii United states 96707
 

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; quotes are being requested and a written solicitation will not be issued.  This solicitation, W912J6-19-Q-0036, is being issued as a Request for Quote (RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 22Jan2019.  This procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b).  The NAICS code is 333318 and the small business size standard is 1,000 EMP.  The following commercial items are requested in this solicitation: 

 If you are a interested party and are capable of providing the required supplies, please provide the requested information and pricing for each line item as indicated below.  Responses to this notice should include: company name, address, point of contact and business size.

Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows:

 CLIN 0001: Sweeper Scrubber. Qty 1 ea.  Mfr: Tennant, P/N: M30

 CLIN 0002: Brush, SWP/SCB, 48L, 24SR.  Qty 2 ea.  Mfr: Tennant, P/N: 1033375

 CLIN 0003: Brush Assy, Disk, SCB.  Qty: 1 ea.  Mfr: Tennant, P/N: 1220235

 CLIN 0004:  Shipping: FOB Destination to: USPFO HI ARNG

91-1179 ENTERPRISE AVE BLDG 117 KAPOLEI , HI 96707

 New Equipment ONLY.  NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

 It is anticipated that a firm-fixed price purchase order will be awarded for the following items as a result of this synopsis/solicitation. Award will be based on lowest price technically acceptable.

 NOTE:  Potential offers must be aware that the items being acquired are procured as Brand Name Equal or better.  For those items that are "or equal", provide a description of the salient characteristics outline above.  The FAR Clause 52.211-6 Brand Name or Equal applies to this procurement.  Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non-responsive and not considered for award.

 

The following provisions are incorporated into this solicitation by reference:

52.204-7, System for Award Management

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

52.204-13, SAM Maintenance

52.204-16, Commercial and Government Entity Code Reporting

52.204-17, Ownership or Control of Offeror

52.204-18, Commercial and Government Entity Code Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-20, Predecessor of Offeror

52.204-22, Alternative Line Item Proposal

52.209-10, Prohibition on Contracting with Inverted domestic Corporations

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.211-6, Brand Name or Equal

52.212-1, Instructions to Offerors - Commercial Items

52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I

52.212-4, Contract Terms and Conditions - Commercial Items

52.219-1, Small Business Program Representations

52.219-28, Post-Award Small Business Program Representation

52.222-3, Convict Labor

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

52.222-21, Prohibition of Segregated Facilities

52.222-22, Previous Contracts and Compliances Report

52.222-36, Equal Opportunity for Workers with Disability Requirements

52.223-5, Pollution Prevention & Right-To-Know Information

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

52.232-1, Payments

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-1, Disputes

52.233-3, Protest after Award

52.233-4 Applicable Law for Breach of Contract Claim

52.247-34, F.O.B Destination

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

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.203-7005, Representation Relating to the Compensation of Former DoD Officials

252.204-7003, Control of Government Personnel Work Product

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

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.211-7003, Item Unique Identification and Valuation

252.225-7001, Buy American and Balance of Payment Program

252.225-7048, Export-Controlled Items

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

252.232-7006, Wide Area WorkFlow Payment Instructions

252.232-7010, Levies on Contract Payments 

252.244-7000, Subcontracts for Commercial Items 

252.247-7023, Transportation of Supplies by Sea

 Method of Payment is Wide Area Workflow (WAWF)

 All interested vendors shall be registered in System for Award Management (SAM) to be considered eligible for award.

 IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.

 The associated North American Industrial Classification System (NAICS) code and small business size standard for this NAICS code can be found at https://www.sba.gov/site/defualt/files/files/size_standards/table.pdf

 Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.

 

The following provisions and clauses are incorporated by full text.  The full text is found in Attachment #1.

 FAR 52.252-1, Solicitation Provisions Incorporated by Reference

FAR 52.252-2, Clauses Incorporated by Reference

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial

Items

Quotes are due by 4:00 p.m. local (HST) time on 04 June, 2019.  Oral submission will not be accepted.  Electronic proposals must be submitted via e-mail to SrA David Marshment at [email protected]. No telephone inquiries will be accepted.  Only written inquires received directly form the offeror are acceptable.  Facsimile proposals will not be accepted.  All questions shall be submitted no later than 22 May, 2019 at 12:00 p.m. (HST).

 

Attachments:

#1 - Full Text Provisions and Clauses

#2 - Salient Characteristic

 

Bid Protests Not Available