Michigan Bids > Bid Detail

4k and 6k Forklifts - HUBZone

Agency:
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159928896540898
Posted Date: Jan 26, 2024
Due Date: Feb 12, 2024
Source: https://sam.gov/opp/a84920e705...
Follow
4k and 6k Forklifts - HUBZone
Active
Contract Opportunity
Notice ID
SP4510-24-Q-1004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA DISPOSITION SERVICES
Office
DLA DISPOSITION SERVICES - EBS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 26, 2024 09:02 am EST
  • Original Date Offers Due: Feb 12, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: 3930 - WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Battle Creek , MI 49037
    USA
Description

DLA Disposition Services Various Locations



4k and 6k Forklifts



SP4510-24-Q-1004





This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. This is for a single award without options. The required equipment is per the attached specifications, including its delivery timeframes. This procurement is a 100% Small Business HUBZone Set-Aside, in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 333924 and applicable threshold of 900 employees. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision.





Quotes are to be received no later than 3:00 p.m. Eastern Standard U.S. Time on the specified date, via email only to the designated Contracting Officer.





See Attachment for the Bid Schedule and Specifications/Additional Terms.





All quotes shall be in U.S. Dollars





All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays.





INSTRUCTIONS TO OFFERORS:





Submit quotes by email to Michael.Mamaty@dla.mil no later than February 12, 2024, at 3:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include:





1) The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items.





2) Complete listing of CLIN specifications for each offered equipment item, fully demonstrating that each meets the required specifications in the attachment and price includes required familiarization training and shipping charges. The attached SOW lists all CLINs and their respective specifications.





3) Offerors shall provide the applicable CAGE code and Unique Entity Identifier with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.





Any solicitation questions shall be submitted no later than February 6, 2024 at 12:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline.





EVALUATION:





Quotations will be evaluated on a Lowest-Priced Technically Acceptable basis. Award will be made to firm that offers the lowest total cost to the Government for the entire requirement after a pass/fail evaluation of the contractors’ provided technical submittals meeting, or exceeding, salient characteristics.





FAR 52.212-1 (Instructions to Offerors -- Commercial) (Nov 2021)




  • Fill-in coverage: All offerors shall submit the make, model, and technical specifications of the forklift being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met.



FAR 52.212-2 (Evaluation -- Commercial Items) (Nov 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price technically acceptable.



FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (Nov 2021) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov.



FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (Nov 2021)



FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items)



FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement.



52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Jun 2020));



52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021);



52.219-3, Notice of HUBZone Set-Aside or Sole Source Award (OCT 2022) (15 U.S.C. 657a).



52.222-3, Convict Labor (June 2003);



52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2022);



52.222-21, Prohibition of Segregated Facilities (Apr 2015);



52.222-26, Equal Opportunity (Sep 2016);



52.222-50, Combatting Trafficking in Persons (Nov 2021);



52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Jun 2020);



52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018);







The following additional FAR clauses apply to this procurement:





52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017)



52.207-4 Economic Purchase Quantity -Supply AUG 1987



52.204-7 System for Award Management



52.204-13 System for Award Management Maintenance (Oct 2018)



52.204-17 Ownership or Control of Offeror (Aug 2020)



52.204-19 – Incorporation by Reference of Representations and Certifications



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019)



52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)



52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)



52.225-13 Restrictions on certain foreign purchases (Feb 2021)



52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Jun 2020)



52.229-6 Taxes—Foreign Fixed-Price Contracts (Feb 2013)



52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)



52.233-1 Disputes (May 2014)



52.233-3 -- Protest After Award (Aug 1996)



52.233-4 -- Applicable Law for Breach of Contract Claim (Sept 2016)



52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)



52.247-34, FOB Destination (Nov 1991)





The following DFARS clauses apply to this procurement:





252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)



252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011)



252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016



252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016)



252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEC 2019)



252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (May 2016)



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (Dec 2019)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021)



52.204-9000 Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause)



252.211-7003, Item Unique Identification and Valuation (MAR 2016)



252.225-7000, BUY AMERICAN—BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC (NOV 2014)



252.225-7001, BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM—BASIC (DEC 2016)



252.225-7002, Qualifying Country Sources As Subcontractors (Dec 2016)



252.225-7012 Preference For Certain Domestic Commodities (Dec 2017)



252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015)



252.225-7048, Export-Controlled Items (Jun 2013)



252.229-7001 Tax Relief – Basic (Apr 2020)



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)



252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateral award)



252.232-7010 Levies on Contract Payments (Dec 2006)



252.243-7001, Pricing of Contract Modifications (Dec 1991)



252.243-7002, Requests for Equitable Adjustment



252.244-7000, Subcontracts for Commercial Items (Jun 2013)



C03 Contractor Retention Of Supply Chain Traceability Documentation (Sep 2016)














Attachments/Links
Contact Information
Contracting Office Address
  • FEDERAL CENTER 74 N WASHINGTON
  • BATTLE CREEK , MI 49037-3092
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 26, 2024 09:02 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >