The RFP Database
New business relationships start here

UTILITY TRACTOR


Georgia, 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 information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on NECO (https://www.neco.navy.mil/).
The RFQ number is N68836-19-Q-0359. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.
The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
.
This is BRAND NAME ONLY solicitation on an unrestricted basis.This procurement is processed by FLEET LOGISTIC CENTER JACKSONVILLE KINGS BAY DETACHMENT, request responses from qualified sources capable of providing the required material.
Email responses to Selena.m.shaw@navy.mil Method of Payment is via WAWF PAYMENT.

(1) Utility tractor capable of
operating a John Deere 5b lift type rotary cutter model
MX5, front-end loader, Frontier AP12F Fixed Pallet fork
attachment, 11b BUSH HOG rotary cutter model TD1100, and
backhoe with 24b bucket. Trade IN 2008 John Deere 3520 Compact Utility Tractor b P.I.N. #LV3520H451379
2008 375 Backhoe with 24b bucket - Serial #LV0375X010438

The following FAR/DFARS provisions and clauses apply to this solicitation and are incorporated by reference:

52.204-7 System for Award Management, as prescribed in FAR 4.1105(a)(1)
52.204-10 Reporting Executive Compensation
52.204-13 SAM Maintenance
52.204-16 Commercial and Government Entity Code Reporting, as prescribed in FAR 4.1804(a)
52.204-17 Ownership or Control of Offeror, as prescribed in FAR 4.1804(b)
52.204-18 Cage Maintenance (July 2016)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations
52.209-6 Protecting the Governmentbs Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, as prescribed in FAR 9.108-5(b)
52.212-1 Instructions to Offerors - Commercial Items
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
52.212-4 Contract Terms and Conditions - Commercial Items
Use with its ALT I, when a time and materials contract is anticipated;
52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
52.222-3 Convict Labor, as prescribed in FAR 22.202
52.222-19 Child LaborbCooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran
52.232-33 Payment by Electronic Funds Transfer SAM
52.232-39 Unenforceability of Unauthorized Obligations, as prescribed in FAR 32.706-3
52.239-1 Privacy or Security Safeguards
52.252-1Solicitation Provisions Incorporated by Reference, as prescribed in FAR 52.107(a)
52.252-2 Clauses Incorporated by Reference, as prescribed in FAR 52.107(b)
52.222-50 Combating Trafficking in Persons (March 2015)
52.233-3 Protest After Award

Quoters shall include a completed copy of 52.212-3 and itbs ALT I with quotes.
All clauses shall be incorporated by reference in the order.
Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights, as prescribed in DFARS 203.970
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product, as prescribed in DFARS 204.404-70(b)
252.204-7004 alternate A, System for Award Management, as prescribed in DFARS 204.1105
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, as prescribed in DFARS 204.7304(a)
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations JUN 2015
252.225-7048 Export-Controlled Items, as prescribed in DFARS 225.7901-4
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.243-7001 pricing of Contract Modifications, as prescribed in DFARS 243.205-70
252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts)
252.247-7023 Transportation of Supplies by Sea, as prescribed in DFARS 247.574(b) and (b)(1)
252.225-7001 Buy American Act and Balance of Payments Program (Aug 2016)
252.225-7002 Qualifying Country Sources as Subcontractors (Aug 2016)
SUPTXT243-9400 (1-92) Authorized Changes Only by the KO (Feb 2008)


CLAUSES INCORPORATED BY FULL TEXT

ADDENDUM TO 5.212-1

Questions:
Request for questions shall be submitted in writing no later than Monday, April 29 by 1200 P.M..
(eastern) to ensure the Government has adequate time to respond.
All questions shall be submitted via email to selena.m.shaw@navy.mil NO PHONE CALLS WILL BE ACCEPTED. Questions submitted afterwards will NOT BE ACCEPTED. It is the Governmentbs intention that questions and response will be distributed electronically to all Contractors via email and/or amendments to the RFQ.

Submission of Quote:
Offerors shall submit quotes via email. Offerors need only submit a signed quote by the solicitation closing on Monday, April 29 by 1200 P.M. (eastern) - 1) Show the Offeror is not taking exception to any solicitation term; - 2) includes the Representations and Certifications contained in the provisions; and - 3) includes unit price and total price for all line items for which the Navy is soliciting.

CONTRACT AND PRICE QUOTE
(Please provide section A and B in one file)

A.
Contractorsb Points of Contact, System Award Management (SAM) and certifications.
Provide the name, title, email address, and telephone number of the individuals(s) responsible for inquires to the quote. Also provide Cage Code, DUNS number, Federal Tax ID number, and business size. Complete certifications and representations in the provisions that is NOT included in SAM. If the Contractorbs SAM record holds all the completed representations and certifications in this solicitation, then a brief statement affirming so is all that is required. Failure to have all the completed information may result in the Contractor being removed from consideration for award.
B. Price Quote
Pricing shall be firm-fixed and include all labor, material, and consumables required to perform the work listed in the Statement of Work (SOW) and shall be structured in accordance with the Contract Line Items CLIN structure in this solicitation.
Offerors shall complete the table below; failure to complete the table may result in the Offeror being removed from consideration for award.

C.
Amendments (if Applicable)
Amendments will be provided through the Government Point of Entry. The Offeror should be aware that if submission is made PRIOR to an amendment they must RESUBMIT their quote. It is the Offerorbs responsibility to ensure quotes are submitted in a timely manner to the Contracting Officer.

52.212-2 EVALUATIONbCOMMERCIAL ITEMS (OCT 2014)

This Request for Quote is prepared in accordance with FAR Part 12 Commercial Items and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items.
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 quotes:

Award Consideration

The Government will make a single award using the Lowest Price Technically Acceptable (bLPTAb). The Government intends to award on initial quotes but reserves the right to conduct discussions.

Technical Acceptability
To be determined technically acceptable, the Offeror must submit a signed quote, stating the Offeror does not take exception to any terms of the solicitation. The Contracting Officer will use the following rating table:

Rating Description
Acceptable Quote does not take exception to any term of the
Solicitation and therefore clearly meets the
Requirements of the solicitation.
Unacceptable Quote takes exception to a solicitation term(s) and
Therefore; does not clearly meet the requirements of the
Solicitation.

Pricing

Pricing will be evaluated based on total price provided in a fully completed price quote (see 52.212-1).

The Government may determine that an Offerorbs quote is unacceptable if the prices are significantly unbalanced.

Failure to furnish the price quote in accordance with the instructions above shall render the quote unacceptable.


52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders b Commercial Items

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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.
The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es):

FAR Provisions:http://acquisition.gov/far/
DFARS Provisions: http://www.acq.osd.mil/dpap/darspgi/current/
(End of Provision)

52.252-2 CLAUSES INCORPORTED BY REFERENCE (FEB 1998)

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):

FAR Clauses: http://acquisition.gov/far/
DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
(End of clause)
252.322-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
(a) Definitions. As used in this clauseb
bDepartment of Defense Activity Address Code (DoDAAC)b is a six position code that uniquely identifies a unit, activity, or organization.
bDocument typeb means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
bLocal processing office (LPO)b is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing.
The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access.
To access WAWF, the Contractor shallb
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF.
Both can be accessed by selecting the bWeb Based Trainingb link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions.
The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
____________2-IN-1_______________________________________________
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
__________________GOVERNMENT________________________________
(3) Document routing.
The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC
Issue By DoDAAC
Admin DoDAAC
Inspect By DoDAAC
Ship To Code
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(4) Payment request and supporting documentation.
The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g.
timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the bSend Additional Email Notificationsb field of WAWF once a document is submitted in the system.
______________________TBD_____________________________________
________________________________________________________________
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activitybs WAWF point of contact.

SELENA SHAW 912-573-3800

SELENA.M.SHAW@NAVY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP