The RFP Database
New business relationships start here

SIB Bristles


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

COMBINED SYNOPSIS/SOLICIATION ‘COMBO':
SIB Snow Removal Bristles

(i) 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.


(ii) Solicitation FA5000-15-R-0038 is issued as a Request for Proposal (RFP).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81, effective 10 Apr 2015. The DFARS provisions and clauses are those in effect to DPN 20150406, effective 06 Apr 2015. The AFFARS provisions and clauses are those in effect to AFAC 2015-0406, effective 06 Apr 2015.


(iv) This is an unrestricted requirement. This proposal is requested for a normal requirement. Funds are currently available. Submission of a proposal does not obligate the government to make an award. If awarded, this requirement will be awarded as firm-fixed price. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 500 Employees.


(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.


(vi) The government intends to award a firm-fixed price contract for the following:


Svenska Industri Borstar/Swedish International Brush (SIB) Oshkosh (MB) snow broom bristles:
Part Number: SIB/MB-18/28-05.
Two (2) brooms per set: 1 Set = 1 Each
Quantity: 52 Each


See Attachment 1: Pricing Schedule for additional details


(vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to:


Joint-Base Elmendorf Richardson, Anchorage Alaska, 99506


(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:


1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.


2. Specific Instructions: The response shall consist of two (2) separate parts:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information


3. Award will be made to the vendor whose proposal is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria and specifications in Attachment 1. Price and technical acceptability will be considered.


(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


(i) Technical capability of the item offered to meet the Government requirement


Minimum Qualifications: The bristle replacement sections shall be no more than 33 inches in length and all sections shall be of the same length. They shall be made of a molded reinforced plastic designed to eliminate and guarantee against distortion of the cassette section. There shall be a polyurethane formed (molded) cup, which extends up the length of the tuft no less than three inches for support. This formed cup shall have vertical risers of the same material to hold the upper rings of polyurethane in place and strengthen the cup. The cups shall be molded in a way that every four cups are interconnected from the base to the top of each cup by the same polyurethane material that the cups are made of. The distance between the center of each cup shall be a maximum of 41.5 mm. Each tuft shall consist of 140 pieces of zinc coated steel wires with a quality grade of "C". The wires shall be electro-galvanized, hard drawn crimped steel and exhibit a high fracture resistance, bent in a "U" shape and held in place "in the cup" by a 1/8 inch diameter steel rod that runs the full length of each cassette section. Each cassette section shall contain 20 tufts of .045mm wires as described above. The bristles shall be suitable for use in temperatures seen at the altitude of the airport (sea level) and be guaranteed for a period of one year and one full use of the bristles down to the maximum wear. The length of each tuft shall be 11 inches from the top of the cassette strip to the tip of the wire bristles. These replacement cassettes shall be guaranteed to fit in the SIB core properly and have the OEM approval to not void the warranty on the core, which is five (5) years from the date the runway broom was placed in service. They shall also be guaranteed to not void the sweeper manufacturer's warranty, as any damage to the core may cause damage to the drive system and frame work of the sweeper. The cassettes shall be designed to eliminate any possibility of the bent wire tufts from distorting the cassettes during storage that could be up to two years. The supplier shall guarantee that this distortion will not occur. Each set shall consist of the proper amount of cassette sections to fill the entire core. The reinforcement between the cups adds rigidity to all four of the cups / tufts which will reduce the bending movement while sweeping and give a better flicking action. The distance between the tufts is important for better sweeping action at full angle and most important when the broom head is at less than full angle.


Specifications for SIB Cassette Cores for Use on Any Broom
The cores used on this broom shall be of the cassette style. The design shall allow easy replacement of worn bristles and replacement with new. The core shall be primarily manufactured from aluminum to reduce weight, yet have the strength necessary to perform as needed under normal conditions. The core shall have plastic wear inserts inside each track to eliminate any wear to the body (structure) of the core itself. These plastic wear inserts shall be easily replaceable-snap in design. The core (s) shall be dynamically balanced and designed to eliminate bouncing and vibration. The design of the core shall be such that the tip to tip bristle diameter will be approx. 46 inch +/- ½ inch. There shall be 20 rows of bristles equally spaced. The cores shall be warranted for a period of five (5) years from date of in-service. The cores shall be a proven design with a minimum of 10 cores in use for a period of no less than five (5) years with a minimum of 2000 hours of use on at least six (6) units.


(ii) Price


(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Mar 2015), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award.


(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Dec 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text.


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Mar 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:


FAR 52.203-3 Gratuities Apr 1984
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Sep 2006
FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government Oct 1995
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights. Apr 2014
FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper May 2011
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug 2013
FAR 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013
FAR 52.222-3 Convict Labor Jun 2003
FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2014
FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999
FAR 52.222-26 Equal Opportunity Mar 2007
FAR 52.222-35 Equal Opportunity for Veterans Jul 2014
FAR 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014
FAR 52.222-37 Employment Reports on Veterans Jul 2014
FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010
FAR 52.222-50 Combating Trafficking in Persons Mar 2015
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011
FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008
FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011
DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011
DFARS 252.203-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations (Deviation 2015-O0005) Feb 2015
DFARS 252.203-7998 Prohibition of Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O001) (Attachment 2) Feb 2015
DFARS 252.203-7999 Prohibition of Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O00100) (Attachment 3) Feb 2015
DFARS 252.204-7011 Alternative Line Item Structure Sep 2011
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors. Feb 2014
DFARS 252.209-7992 Prohibition Against Using Fiscal Year 2015 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law Feb 2015
DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal May 2014
DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law May 2014
DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013
DFARS 252.211-7008 Use of Government-Assigned Serial Numbers Sep 2010
DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons Jan 2015
DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013
DFARS 252.225-7000 Buy American--Balance of Payments Program Nov 2014
DFARS 252.225-7001 Buy American and Balance of Payments Program Nov 2015
DFARS 252.225-7012 Preference for Certain Domestic Commodities Feb 2013
DFARS 252.227-7015 Technical Data-Commercial Items Feb 2014
DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data Jun 2013
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012
DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013
DFARS 252.232-7010 Levies on Contract Payments Dec 2006
DFARS 252.243-7002 Requests for Equitable Adjustment Dec 2012
DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013
DFARS 252.246-7003 Notification of Potential Safety Issues Jun 2013
DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014
AFFARS 5352.201-9101 Ombudsman Apr 2014


(xiii) No additional contract requirements apply to this acquisition.


(xiv) No Defense Priorities and Allocation System (DPAS) assigned rating to this acquisition.


(xv) NOTICE TO ALL INTERESTED PARTIES:


Questions shall be submitted to the following personnel via e-Mail:


673d Contracting Squadron/LGCC
Attn: A1C Alyanna Baylon, e-Mail: alyanna.baylon@us.af.mil


Please forward all questions to A1C Alyanna Baylon at alyanna.baylon@us.af.mil no later than 10AM AKDT on 05 May 2015. An amendment will be issued providing the Government's answers to any questions received.


Proposals are due no later than 3PM AKDT on 20 May 2015; proposals shall include the following:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information


BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable proposal.


(xvi) Quotations shall be submitted to A1C Alyanna Baylon at alyanna.baylon@us.af.mil. For information regarding this solicitation, contact the same.


 



List of Attachments:
• Attachment 1: Pricing Schedule
• Attachment 2: Full Text: 252.203-7998 (1 page), (Feb 2015)
• Attachment 3: Full Text: 252.203-7999 (1 page), (Feb 2015)


Alyanna M. Baylon, Email alyanna.baylon@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP