The RFP Database
New business relationships start here

Loading Dock Leveler with Installation in Madison, WI


Wisconsin, 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 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 W912J2-19-Q-6050 is issued as a Request for Quotation (RFQ).


(iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, effective 10 September 2019, and Defense Acquisition Circular DPN 20190809, effective 09 August 2019.


(iv) This RFQ is solicited as full and open competition. The NAICS code is anticipated to be 333924 with a Small Business Size Standard of 750 Employees.


(v) The Wisconsin Air National Guard is anticipating the acquisition of the following items:


Item 1: 1 EACH Hydraulic dock leveler
Item 2: 1 EACH Visual safety communications
Item 3: 1 EACH Dock safety barrier
Item 4: 1 EACH Installation


This is a brand name or equal requirement. See attached Statement of Work for items and salient characteristics. Equivalent items will be considered, but must meet the salient characteristics specified. The above list is not all-inclusive. Contractor to supply other components or supplies as required for turnkey installation.


(vi) Description of requirement:


The 115th Fighter Wing Command Post has a requirement for turnkey provision and installation of loading dock leveler. See attached Statement of Work for details on the scope of work.


A site visit will be held at the 115th Fighter Wing, see registration information in section xv.


(vii) Delivery is desired not later than 60 days after contract award. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination.


(viii) The provision at FAR 52.212-1 , Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018), applies to this acquisition.


(ix) The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation is the lowest price technically acceptable. A firm fixed price contract award is anticipated.


(x) The quoter shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed.


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


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii.


(xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition:


This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award.


In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow
(WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF.


The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at https://www.acquisition.gov/browse/index/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/.


52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items (CD 2018-O0018)
52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor - Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-1 Site Visit
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Unique Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7035 Buy American--Free Trade Agreements--Balance of Payments Program Certificate--Alternate I
252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program--Alternate I
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
252.244-7000 Subcontracts for Commercial Items
252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.246-7008 Sources of Electronic Parts
252.247-7023 Transportation of Supplies by Sea


(xiv) DPAS Rating does not apply to this acquisition.


(xv) Instructions to Offerors:
1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received.
2. Quotes must include the following
a. Offeror's CAGE Code or DUNS Number.
b. Delivery schedule/lead times.
c. Technical information of equipment showing that it meets the requirement.
3. A site visit will be held at the 115th Fighter Wing on September 19, 2019 at 1:00 pm Central time. In order to attend, interested parties must pre-register prior to 3:00 pm on September 18, 2019. Register by emailing names and contact information to the POC indicated on this RFQ. Include the RFQ number and title in the subject line. You will receive a confirmation indicating where to meet.
4. All contractors shall be fully registered in the System for Award Management (SAM) at the time a quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/.
5. It is the interested Offeror's responsibility to check FedBizOpps for updated information.


(xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.



Scott E. Homner, Contract Specialist, Phone 608-245-4757, Email usaf.wi.115-fw.mbx.fw-contracting@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP