(ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FE462612719800.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54.
(iv) This procurement is being solicited as a small business set aside. The North American Industry Classification System (NAICS) code is 423810, Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers, with a small business size standard of 500 employees.
(v) CLIN 0001: EZ Loader 4100 Quantity: 1 each
The requirement is for the brand name or equal purchase of EZ Loader 4100; Or Equal items shall meet the following requirements:
Tracked Unit, Diesel Engine, Self-storing auger, hydraulic pole guide and outriggers, lower tool circuit, track interlocks.
• Track interlock safety system
• Proportional Radio / CAN Receiver for use with Walvoil valves
• 3 harness for units with Walvoil valves winch rope
• Crane with 3 hydraulic extensions and auger mounting and storage bracket
• 49 Rpm at 2500 ft. lb. Torque auger drive head, (2" hex output shaft)
• Diesel engine 36.3 hp 3 cylinder water cooled with radiator, and muffler. Quiet run.
• 7' Ft long, 11" wide tracks, 35.5" closed x 51" extended - standard black tracks.
• Hydraulic pole guide
• Manual fiberglass extension
• Coil cord 12 volt charger for the orange remote "joystick" transmitter
• Universal charger for remote transmitter 25' ft cable for CAN/charger for orange
"joystick" remote control transmitter. Charges while operating from direct connection
• 18" Auger bit with roll up guide, carbide teeth, wind up stud (4" from guide) and fish tail point - size stamped on hex collar
• 5' Ft. hex variable length extension
• Battery
• Assembly kits
• Radio / CAN control transmitter with stop and neck strap, dual axis function
control "joysticks"
• Unit serial number
• Lower tool circuit with hose reel
• 14000 GVWR Tandem axle trailer 21' x 8' black paint
• Spare tire mounting bracket
• 8 Hole 20k adjustable channel bracket
• Jack Dropleg 8k TW 14.5" Dropleg travel
• Tool box 60" long x 18" high x 10" wide with 2 lock hasp and 1 locking paddle latch .09 smooth aluminum
• Adjustable pintle coupler 3" ID tow ring
• Vehicle identification number
• Diamond tread plate 12 guage with 10" skirt fenders
• ST235-80-R16BE-I
• 7000 Pound, 8 lug ezlube axle
• 6 Pole pigtail trailer cord 8' long
• Tie down D-ring
• Remote track drive (includes track direction control and width adjustment)
• Proportional radio/CAN receiver track drive
• Harness for "remote" track drive receiver
• Remote track drive assembly kit
• Remote start / stop
• Mini receiver for remote start / stop system
• Wiring harness socket
• High DC inrush current relay
• Fiberglass man lift includes leveling system, bucket, liner, cover and adjustable
transformer jib
• Winch disable / HOP disable harness
• Fiberglass man lift assembly kit
• Bucket liner (50KV)
• 24" x 24"x 42" Fiberglass bucket with step across from the mount
• Vinyl bucket cover
• 16" Square outrigger pad - smooth one side hand holes cut in
Price to include:
1 Each Tracked Unit
1 Each Trailer for Tracked Unit
Freight Charges
Training
(vi) Delivery schedule must be provided and is an evaluation factor. The Government anticipates delivery NLT 120 days after receipt of order.
FOB: Destination at:
5 80th St N Bldg 400
Malmstrom AFB, MT 59402
(vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
(viii) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price, delivery and ability to comply with mandatory specifications.
(ix) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.
(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition
(xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition.
(xii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices based on purchases of this value and customer research:
THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE:
52.204-7 Central Contractor Registration
52.204-10 Reporting Executive Compensation and First Tier Subcontract awards
52.219-6 Notice of Total Small Business Set-Aside
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 Compliance Reports
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-50 Combating Trafficking in Persons
52.223-15 Energy Efficiency in Energy-Consuming Products
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-1 Buy American Act -- Supplies
52.225-2 Buy American Act Certificate
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-7004 Alt A Central Contractor Registration, Alternate A
252.212-7000 Offeror Representations and Certifications--Commercial Items.
252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
(Deviation)
252.225-7013 Duty-Free Entry.
252.232-7003 Electronic Submission of Payment Requests
252.247-7023 Transportation of Supplies by Sea, Alt III
5352.201-9101 Ombudsman (Headquarters Global Strike Command/A7K,41 Orville
Wright, Ste. 202, Barksdale AFB, LA 71110-2415, (318) 456-6336.
THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT:
52.252-2, Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
http://www.acq.osd.mil/dpap/dars/dfars/index.htm
(End of clause)
52.252-6, Authorized Deviations in Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
252.225-7012 Preference for Certain Domestic Commodities
PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (JUN 2010)
(a) Definitions. As used in this clause-
(1) "Component" means any item supplied to the Government as part of an end product or of another component.
(2) "End product" means supplies delivered under a line item of this contract.
(3) "Qualifying country" means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum or agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Accordingly, the following are qualifying countries:
Australia
Austria
Belgium
Canada
Denmark
Egypt
Finland
France
Germany
Greece
Israel
Italy
Luxembourg
Netherlands
Norway
Portugal
Spain
Sweden
Switzerland
Turkey
United Kingdom of Great Britain and Northern Ireland.
(4) "United States" means the 50 States, the District of Columbia, and outlying areas.
(5) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States.
(b) The Contractor shall deliver under this contract only such of the following items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States:
(1) Food.
(2) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally associated with, clothing and the materials and components thereof. Clothing includes items such as outerwear, headwear, underwear, nightwear, footwear, hosiery, handwear, belts, badges, and insignia.
(3) Tents, tarpaulins, or covers.
(4) Cotton and other natural fiber products.
(5) Woven silk or woven silk blends.
(6) Spun silk yarn for cartridge cloth.
(7) Synthetic fabric, and coated synthetic fabric, including all textile fibers and yarns that are for use in such fabrics.
(8) Canvas products.
(9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles).
(10) Any item of individual equipment (Federal Supply Class 8465) manufactured from or containing fibers, yarns, fabrics, or materials listed in this paragraph (b).
(c) This clause does not apply-
(1) To items listed in section 25.104(a) of the Federal Acquisition Regulation (FAR), or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices;
(2) To incidental amounts of cotton, other natural fibers, or wool incorporated in an end product, for which the estimated value of the cotton, other natural fibers, or wool-
(i) Is not more than 10 percent of the total price of the end product; and
(ii) Does not exceed the simplified acquisition threshold in FAR Part 2;
(3) To waste and byproducts of cotton or wool fiber for use in the production of propellants and explosives;
(4) To foods, other than fish, shellfish, or seafood, that have been manufactured or processed in the United States, regardless of where the foods (and any component if applicable) were grown or produced. Fish, shellfish, or seafood manufactured or processed in the United States and fish, shellfish, or seafood contained in foods manufactured or processed in the United States shall be provided in accordance with paragraph (d) of this clause;
(5) To chemical warfare protective clothing produced in a qualifying country; or
(6) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but does apply to the synthetic or coated synthetic fabric itself), if-
(i) The fabric is to be used as a component of an end product that is not a textile product. Examples of textile products, made in whole or in part of fabric, include
(A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Household and Commercial Furnishings and Appliances);
(B) Items made in whole or in part of fabric in Federal Supply Group 83,Textile/leather/furs/apparel/findings/tents/flags, or Federal Supply Group 84, Clothing, Individual Equipment and Insignia;
(C) Upholstered seats (whether for household, office, or other use); and
(D) Parachutes (Federal Supply Class 1670); or
(ii) The fibers and yarns are para-aramid fibers and continuous filament para-aramid yarns manufactured in a qualifying country.
(d)(1) Fish, shellfish, and seafood delivered under this contract, or contained in foods delivered under this contract-
(i) Shall be taken from the sea by U.S.-flag vessels; or
(ii) If not taken from the sea, shall be obtained from fishing within the United States; and
(2) Any processing or manufacturing of the fish, shellfish, or seafood shall be performed on a U.S.-flag vessel or in the United States.
(End of clause)
WAWF INSTRUCTIONS
To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments.
To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.eb.mil. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact.
For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.eb.mil is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.
For your contract, the following data elements will be required to create and route your WAWF documents correctly:
-Contract and/or Delivery Order Number
-CAGE Code
-Issue Date
-Issue By DoDAAC
-Admin DoDAAC
-Inspect By DoDAAC
-Service Acceptor DODAAC
-Ship To Code (DoDAAC or CAGE Code)
-Local Processing Office (LPO) DoDAAC*
-Pay DoDAAC
(xiv) DPAS Rating does not apply to this acquisition.
(xv) Quote is required to be received NO LATER THAN 12:00 PM MST, Wednesday 7 Dec 2011. Quote must be emailed to [email protected] or faxed to (406) 731-4005 to the attention of Ronald Bushue. Please follow-up quote submission with a phone call to ensure receipt.
(xvi) Direct your questions to Ronald Bushue at (406) 731-3624 or e-mail address [email protected] or Jonathan Valenzuela at (406) 731-3586 or e-mail address [email protected].