The RFP Database
New business relationships start here

Snow Plows/Blades


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

 

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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99.  This combined synopsis/solicitation is set-aside 100% for small business.  North American Industrial Classification Standard 333120 applies to this solicitation; business size standard is 1,250 Employees.


The South Dakota Air National Guard has a requirement for two snow blades with adjustable wings.  The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for the following:


CLIN 0001, Qty:  2 EA, Brand:  AMI, P/N:  SB521016, Reactor 4-in-1 Snow Blades; OR EQUAL.


The required specifications are as follows:

-  Must be compatible with JCB 426HT Loader quick attach (2.75 cubic yard bucket)
-  10' wide (max) blade when in box position.
-  14' to 16' blade with wings in straight blade position.
-  Wings/end plates hydraulically driven with actuators holding ends in the required position.
-  Wings/end plates capable of rotating 180 degrees and each wing/end plate individually driven.
-  Forward float blade pivoting allowing blade quick and constant contact with the ground.
-  Floating end plate edge.
-  Tire Protection System eliminating accidental tire contact when the blade is angled or the end plates are in the backwards position.
-  Moldboard height of 40" to 44" high.
-  Replaceable cutting edges.


This is a Brand Name or Equal requirement.  "Equal" items will be considered as long as they possess the same salient characteristics.  If an Equal product is being offered, the Brand and Model of the product must be listed along with specifications.  Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of the products quoted.  Please provide a unit price breakdown for each item on the list.


* Funds are not presently available for this requirement.  The Government's obligation under this solicitation is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.


Preparing and Submitting your Quote:  Offerors shall provide pricing for the above items inclusive of delivery to the South Dakota Air National Guard, 1201 West Algonquin St, Sioux Falls, SD 57104-0264.  We are requesting these items be delivered within 30 days after date of contract.  If you cannot meet this request, please provide your best delivery date.

To facilitate the most expeditious and equitable evaluation process possible, please use the attached quote sheet for providing requested pricing information.  Your firm's standard quote documents can also be submitted but please ensure ALL the information requested in the attached Quote Sheet is included.  Please make quotes valid until September 30, 2018.  Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of the equipment quoted.

All questions and quotes must be directed to Jeremiah Minter at jeremiah.g.minter.mil@mail.mil. ; Questions must be submitted no later than two business days prior to quote due date or may not be considered.  All questions and answers must be in writing.  Do not contact other Government personnel as this will only delay receipt of answers.  All questions and the answers provided will be released to all eligible offerors on a non-attribution basis.  All terms and conditions remain unchanged unless amended in writing.

Evaluation:  The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government.  Quotes will be evaluated using price, technical, delivery, and past performance factors considered.  Technical, delivery and past performance factors, when combined, are approximately equal when compared to price.

The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:  FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10; Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6, Brand Name or Equal; FAR 52.212‐1, Instructions to Offerors-Commercial Items; FAR 52.212‐2, Evaluation-Commercial Items; FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items; FAR 52.212‐4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219‐6, Notice of 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; FAR 52.222‐21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222‐50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225‐13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233‐3, Protest After Award; FAR 52.233‐4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes - Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252‐2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204‐7004 Alternate A, System for Award Management; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232‐7010, Levies on Contract Payments; DFARS 252.247‐7023, Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found in full text at http://farsite.hill.af.mil/. ; Additional required clauses other than those listed above may be included as Addenda on the award document.


Jeremiah G. Minter, Contract Specialist, Phone 6059885931, Email jeremiah.g.minter.mil@mail.mil - Eric Comes, Contract Specialist, Phone 6059885932, Email eric.l.comes.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP