News

Dock Levelers

Type of document: Contract Notice
Country: United States

Dock Levelers

Agency:
Department of the Air Force

Official Address:
2402 Vandenburg McGuire AFB NJ 08641

Zip Code:
08641

Contact:
Clayton R Hill, Phone 6097544791, Email Clayton.hill.1@us.af.mil тАУ Joe Molina, Contract Officer, Phone 6097542430, Email joe.molina@us.af.mil

Link:

Date Posted:
16/05/2017

Classification:
N

Contract Description:

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-17-Q-0013 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222 dated 22 Dec 2016. It is the contractorsтАЩ responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as full and open competition. The North American Industrial Classification System Code is 333921-Elevator and Moving Stairway Manufacturing with a small business size standard of 1,000 Employees. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:

CLIN 0001 тАУ DOCK LEVELERS -MCGUIRE. POP: 25 JAN 2017 THRU 30 SEP 2017.

QTY: 2 EACH

CLIN 0001: TOTAL: $ __________________

CLIN 0002 тАУ DELIVERY CHARGE TO 08641

QTY: 1 Each

CLIN 0002: TOTAL: $ __________________
PLACE OF PERFORMANCE: Joint Base MDL Dix Building

Quotes are due on: Refer to FBO Post
Quotes will be submitted to: Amn Clayton Hill (clayton.hill.1@us.af.mil)

APPLICABLE CLAUSES/PROVISIONS:
FAR 52.204-1, Approval of Contract
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership of Control of Offeror
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-20, Predecessor of Offeror
FAR 52.207-4, Economic Purchase Quantity-Supplies
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation
FAR 52.209-7, Information Regarding Responsibility Matters.
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
FAR 52.209-12, Certification Regarding Tax Matters.
FAR 52.212-1, Instructions to Offerors, Commercial Items
ADDENDUM TO 52.212-1: Award will be made to the lowest priced technically acceptable offeror
FAR 52.212-2, Evaluation тАУ Commercial Items
FAR 52.212-3 Alt 1, Offerors Representations and Certifications тАУ Commercial Items
FAR 52.212-4 Contract Terms and ConditionsтАУCommercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items.
FAR 52.212-3 Alt 1, Offeror Representations and Certifications тАУ Commercial Items
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.216-1, Type of Contract
FAR 52.225-2, Buy American Certificate
FAR 52.223-3, Hazardous Material Identification and Material Safety Data
FAR 52.223-6, Drug-Free Workplace
FAR 52.232-1, Payments
FAR 52.232-11, Extras
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
FAR 52.237-1 Site Visit
FAR 52.243-1, ChangesтАУFixed Price
FAR 52.246-1, Contractor Inspection Requirements
FAR 52.247-12, Supervision, Labor, or Materials
FAR 52.247-15, Contractor Responsibility for Loading and Unloading
FAR 52.247-17, Charges
FAR 52.247-40, Ex Dock, Pier, or Warehouse, Port of Importation
FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form)
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.228-5, Insurance тАУ Work on a Government Installation
Addendum to 52.228-5 entitled тАЬInsurance Work on a Government Installation:
The required workmenтАЩs compensation insurance shall extend to cover employerтАЩs liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.

General liability insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence.

Automobile liability insurance policy shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required.

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representations Relating to Compensation for Former DoD Officials
DFARS 252.204-7004, Alternate A, System for Award Management
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
AFFARS 5352.201-9101, Ombudsman.

The following provisions and clauses are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders тАУ Commercial Items
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the GovernmentтАЩs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.222-3 Convict Labor
52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000
52.222-21 Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-25, Affirmative Action Compliance
52.222-26 Equal Opportunity
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer тАУ System for Award Management
52.222-41 Service Contract Labor Standards
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts)
52.222-55 Minimum Wages Under Executive Order 13658

ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at prior to award. Lack of registration will make an Offeror ineligible for award. Additionally, offerors must not be delinquent in federal taxes or have been convicted of a felony under Federal law within the 24 preceding months.

Clauses and provisions incorporated by reference may be accessed via the Internet at or

Quotes must be for all items stated, partial quotes will not be considered.
Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.

ATTACHMENTS:
1.  Performance Work Statement
2.  Department of Labor Wage Determination 2005-4191 Revision 1
3.  Joint Base McGuire-Dix-Lakehurst Security Forces Appendix
4.  Anti-Terrorism Statement
5.  Measurements
6.  Picture 1
7.  Picture 2
8.  Picture 3

Response Date:
060717

Sol Number:
FA4484-17-Q-0013

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy