One (1) Each Solid Pneumatic Tired Counterbalanced Forklift with side shifting fork positioning

expired opportunity(Expired)
From: Federal Government(Federal)
W911QX-20-Q-0135

Basic Details

started - 13 Aug, 2020 (about 3 years ago)

Start Date

13 Aug, 2020 (about 3 years ago)
due - 20 Aug, 2020 (about 3 years ago)

Due Date

20 Aug, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W911QX-20-Q-0135

Identifier

W911QX-20-Q-0135
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE ARMY (132650)AMC (72439)ACC (74806)ACC-CTRS (32806)ACC-APG (10681)W6QK ACC-APG ADELPHI (1841)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

One (1) each Solid Pneumatic Tired Counterbalanced Forklift with side shifting fork positioning.Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER
WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.This acquisition is issued as a Request for Quote (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08For purposes of this acquisition, the associated NAICS code is 333924. The small business size standard is 500 peopleContract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):CLIN 0001: One (1) each Solid Pneumatic Tired Counterbalanced Forklift with side shifting fork positioning to include all shipping costs.Specifications/Requirement: SEE ATTACHED DOCUMENT TITLED “Salient Characteristics- Diesel Lift Truck” – see FAR 12.202(b).Delivery: Delivery is required by 11/20/2020.  Delivery shall be made to the Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Destination. The FOB point is Destination.Clauses:The provision at 52.212-1, Instructions to Offerors – Commercial DEVIATION 2018-O0018, applies to this acquisition.  The following addenda have been attached to this provision:In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.Evaluation Criteria - The specific evaluation criteria to be used are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government.  Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):PriceTechnical Capabilities/SpecificationPast PerformanceOfferors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause : NoneThe clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable:FARS:52.204-10      REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)52.209-6        PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)52.219-6        DEVIATION 2020-O0008 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)52.219-28      POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)52.222-3        CONVICT LABOR (JUN 2003)52.222-19     DEVIATION 2020-O0019 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020)52.222-21      PROHIBITION OF SEGREGATED FACILITIES (APR 2015)52.222-26     EQUAL OPPORTUNITY (SEP 2016)52.222-36      AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)52.222-50      COMBATING TRAFFICKING IN PERSONS (JAN 2019)52.223-18      ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)52.225-13      RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)52.232-33      PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL                                             CONTRACTOR REGISTRATION (OCT 2018)52.232-36      PAYMENT BY THIRD PARTY (MAY 2014)DFARS:252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER                               DOD OFFICIALS (NOV 2011)252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT                                            CONTRACTORS (MAY 2016)252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR                                  SERVICES—REPRESENTATION (DEC 2019)252.204-7017 PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE                                      TELECOMMUNICATIONS EQUIPMENT OR SERVICES—                                                 REPRESENTATION (DEC 2019)252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE                                    TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019)252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST                                              PEFORMANCE INFORMATION RETRIEVAL SYSTEM—STATISTICAL                            REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018)252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)252.225-7974 DEVIATION 2020-O0005 REPRESENTATION REGARDING BUSINESS                        OPERATIONS WITH THE MADURO REGIME (FEB 2020)252.225-7035 Alternate I. BUY AMERICAN—FREE TRADE AGREEMENTS—                                        BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC (NOV                                2014)252.225-7036 Alternate I. BUY AMERICAN—FREE TRADE AGREEMENTS—                                          BALANCE OF PAYMENTS PROGRAM—BASIC (DEC 2017)252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):FARS:52.204-7        SYSTEM FOR AWARD MANAGEMENT (OCT 2018)52.204-13      SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)52.204-16      COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)52.204-18      COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (DEC 2019)52.232-40      PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)DFARS:252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD       OFFICIALS (SEP 2011)252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR                             1992)252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013)252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND                                          RECEIVING REPORTS (JUN 2012)Full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document:52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS                          AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019)52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN                                  TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) Note: The contractor shall follow the attached 52.204-25 August 2020 version instead of the August 2019 version that is referenced within 52.212-5.252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)Adelphi Special Instructions:ACC - APG POINT OF CONTACTTECHNICAL POINT OF CONTACTTYPE OF CONTRACTGOV INSPECTION AND ACCEPTANCETAX EXEMPTION CERT. (ARL)RECEIVING ROOM – APGEXCEPTIONS IN PROPOSALAWARD OF CONTRACTADELPHI CONTR. DIVISION URLFOREIGN NATIONALS PERFORMINGPAYMENT TERMSThis acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/AThe following notes apply to this announcement: NoneOffers are due on 08/20/2020, by 3:00 pm Eastern Standard time (EST), via email to Vanessa Terrazas, vanessa.g.terrazas.civ@mail.mil.Please reference solicitation W911QX20Q0135 on any correspondenceFor information regarding this solicitation, please contact Vanessa Terrazas, vanessa.g.terrazas.civ@mail.milPlease reference solicitation W911QX20Q0135 on any correspondence.Place of Performance: Contractor Facility

Aberdeen Proving Ground ,
 MD  21005  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : ABER PROV GRD

Classification

naicsCode 333924Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
pscCode 2320Trucks and Truck Tractors, Wheeled