The RFP Database
New business relationships start here

Heavy Equipment Simulator


Illinois, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i) 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; offers are being requested and a written solicitation will not be issued.

(ii) This solicitation, W91SMC19Q6012 is being issued as a Request for Quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20 December 2018.

(iv) This procurement is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 333318 and the small business size standard is 1,000 Employees.

(v) Commercial Item Descriptions: CLIN0001 Heavy Equipment Simulator Base Unit, Qty: 1 EA. The contractor is to provide all personnel, management, tools, equipment, materials, supplies, transportation, labor, and supervision necessary to a heavy equipment simulator that at a minimum has a motion platform, frame, seat with seatbelt, computer, 3 monitors and stands. The simulator will have conversion kits that have controls, switches, dials, peddle plates, and stands for training on a bull dozer and the potential capabilities to at a minimum add on an excavator, loader, and road grader kits. The simulator will include installation, a minimum 1 year warranty, and technical support for at least one year. CLIN0002 Bull Dozer Conversion Kit, Qty: 1 EA. The conversion kit will include any controls, switches, dials, peddle plates, and stands necessary to simulate a bull dozer and connect directly to the Base Unit in CLIN0001.

(vi) The vendor will provide a heavy equipment simulator. Contractor is required to provide installation and shipping and any other personnel, equipment, tools, management, supervision, transportation, quality control, and other items and services necessary to provide a full functional simulator. The Government intends to award a contract to the offeror who offers the best value to the Government. Best value considerations will be based on Performance Price Tradeoff (PPT). The Government will evaluate all submitted responses in accordance with the submissions and evaluation criteria described herein as part of a Combined Synopsis/ Solicitation Process. The purpose of this description is to establish a uniform submission and evaluation procedure for the technical evaluation of responses by the Government and the development of a Best Value Decision. In as much, the submittal shall describe the capability of the Offeror to perform the requirements and be specific and complete. The offer should be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform all requirements. The offer should be practical, legible, clear, and coherent. The Contracting Officer will award a contract to the responsible Offeror whose submittals conforms to the solicitation/synopsis and offers the best overall value to the Government. The Government will not award a contract to an Offeror whose submittal does not adhere to submission requirements. The blanket purchase agreement will be for no more than five years. 
 
(vii) The product will be delivered to 182 Airlift Wing, Building 528 Civil Engineering, 2416 S. Falcon Blvd, Peoria, IL 61607 with FOB Destination. Initial installation will be provided by the vendor at the location within 120 days of contract award.

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a successful Offeror will address all items within the addenda of this provision. 
 
(ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is trade-off. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation:

Submission Requirements: Vendors shall submit their Response to the Request for Quote in three volumes entitled Volume I - Company Name Past Performance Package, Volume II - Company Name Technical Capability Package, Volume III - Company Name Price Package. Vendors must submit the Organizational Conflict of Interest Plan (if applicable). A successful Offeror will address all items within the addenda of this provision. See Attachment 1 - Solicitation.



(x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision.



(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include: 


FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards.
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 52.219-6, 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 52.222-50, Combating Trafficking in Persons.
FAR 52.223-15, Energy Efficiency in Energy-Consuming Products.
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.225-13, Restrictions on Certain Foreign Purchases.
FAR 52.232-33, Payment by Electronic funds Transfer - System for Award Management.
FAR 52.233-3, Protest After Award.
FAR 52.233-4, Applicable Law for Breach of Contract Claim.
The following provisions are incorporated into this solicitation by reference:
FAR 52.204-16, Commercial and Government Entity Code Reporting.
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.
DFARS 252.225-7031, Secondary Arab Boycott of Israel.


The following clauses are incorporated into this solicitation by reference:
FAR 52.204-18, Commercial and Government Entity Code Maintenance.
FAR 52.232-39, Unenforceability of Unauthorized Obligations.
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.247-34, F.O.B. Destination.
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights.
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.
DFARs 252.211-7008, Use of Government Assigned Serial Numbers.
DFARS 252.223-7008, Prohibition of Hexavalent Chromium.
DFARS 252.225-7001, Buy American and Balance of Payments Program.


DFARS 252.225-7048, Export Controlled Items.


DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7010, Levies on Contract Payments.
DFARS 252.244-7000, Subcontracts for Commercial Items.
DFARS 252.247-7023, Transportation of Supplies by Sea.



The following provisions are incorporated by full text.
DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate.
(Offerors shall include completed copies of the certifications within the following provisions with their offer.)



The following clauses are incorporated by full text.
FAR 52.222-36, Equal Opportunity for Workers with Disabilities.
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.252-6, Authorized Deviations in Clauses
DFARS 252.211-7003, Item Unique Identification and Valuation.
DFARS 252.232-7006, Wide Area Workflow Payment Instructions.



(xiii) A statement regarding any additional contract requirement(s) or terms and conditions are included within the Performance Work Statement dated 01 May 2018.



(xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.



(xv) An inspection will be conducted of all interested hotel establishments. All questions will be posted as an amendment to this solicitation on or about 01 May 2019. Questions will not be accepted after that point in time. Offers are due at 3:00 PM Central Standard Time on Thursday, 09 May 2019, at 182AW/MSC, ATTN: MSgt Benjamin B. Yeutson, 2416 S. Falcon Blvd, Peoria, IL 61607-5023. Offers may be submitted by mail or e-mailed to benjamin.b.yeutson.mil@mail.mil. Questions regarding this solicitation may be emailed to the point of contact above.



(xvi) Information regarding the solicitation may be directed to the point of contact above.



Benjamin B. Yeutson, Contracting Specialist, Phone 3096335707, Email benjamin.b.yeutson.mil@mail.mil - Melissa Grice, Phone 3096335204, Email melissa.j.grice.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP