Georgia Bids > Bid Detail

61--SMALL ENGINE AND TOOLS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159114165829510
Posted Date: Aug 3, 2023
Due Date: Aug 14, 2023
Solicitation No: STEWARTDPTMSRCJ00014
Source: https://sam.gov/opp/49ab48b36d...
Follow
61--SMALL ENGINE AND TOOLS
Active
Contract Opportunity
Notice ID
STEWARTDPTMSRCJ00014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 03, 2023 03:13 pm EDT
  • Original Date Offers Due: Aug 14, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6115 - GENERATORS AND GENERATOR SETS, ELECTRICAL
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    2261 GA. 144E BLDG 8073 FT. STEWART , GA 31314
    USA
Description
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. The solicitation number is STEWARTDPTMSRCJ00014 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 1,250.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-08-14 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be FT. STEWART, GA 31314

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: GENERATOR SPECIFICATIONS:AC RATED OUTPUT RUNNING WATTS 3600AC MAXIMUM OUTPUT STARTING WATTS 4500RATED AC VOLTAGE 120VACRATED AC FREQUENCY 60 HZRATED 120 VAC AMPERAGE 30AENGINE DISPLACEMENT 212ccENGINE TYPE OHVENGINE RPM 3600RECOMMENDED OIL 10W-30/SAE 30AUTOMATIC VOLTAGE REGULATION YESLOW OIL SHUTDOWN YESFUEL SHUT OFF YESFUEL GAUGE YESFUEL TANK CAPACITY 3.7 GALLONSRUN TIME AT 50% LOAD 9.3 HOURSCONTROL PANEL CONSISTS OF:HOUR METER YES2 120V 20A 5-20R DUPLEX OUTLETS WITH OUTLET COVERS2 1-POLE 20A CIRCUIT BREAKER1 1-POLE 30A CIRCUIT BREAKER1 120V 30A L5-30R TWIST LOCK OUTLET WITH OUTLET COVERON/OFF SWITCHDIMIENSIONS MUST NOT EXCEED THE FOLLOWINGLENGTH:23- 24 INCHESWIDTH:22- 22.5 INCHESHEIGHT:21- 21.3 INCHESWEIGHT:100-105 LBSPICTURE AND DESCRIPTION OF ITEMS 1 THROUGH 15 REQUIRED, 20, EA;
LI 002: WEEDEATER SPECIFICATIONSENGINE DISPLACEMENT 25.4cc 2-STROKEHIGH-TORQUE GEAR RATIO 2:12 STAGE AIR-FILTRATION SYSTEMDRIVE SHAFT 4-LAYERSHAFT LENGTH 59 INCHESSHAFT TYPE STRAIGHTFUEL CAPACITY 20.6 FL. OZCUTTING HEAD SPEED-FEED 400CUTTING SWATH 17 INCHESNYLON LINE DIAMETER .095 BLACK DIAMOND, 4, EA;
LI 003: BACKPACK BLOWER SPECIFICATIONSENGINE DISPLACEMENT 63.3cc 2-STROKESEE-THROUGH FUEL TANK SYSTEMPLEATED AUTOMOTIVE-STYLE AIR-FILTRATION SYSTEMAIR VOLUME AT NOZZLE 651 CFMMAX AIR SPEED AT NOZZLE 233 MPHNOISE DECIBLE 74dBFUEL CAPACITY 62 FL. OZPADDED BACK REST AND SHOULDER STRAPS, 3, EA;
LI 004: PUSH MOWER SPECIFICATIONSDIRECT DRIVE COMMERCIAL MOWER (NOT BELT DRIVEN)ENGINE 8.5 HP 190ccRECOIL PULL STARTCUTTING WIDTH 22 INCHESHEAVY DUTY STEEL DECK16 INCH FLAT FREE REAR TIRESCUTTING HEIGHT 1-1/2 TO 3 INCHESWEIGHT 91 LBS, 2, EA;
LI 005: 35 FOOT TAPE MEASURE 33-735 Fatmax Tape Rule withBladearmor⢠Coating 1-1/4" x 35', 2.2"x 7.1" x 4.6", 7, EA;
LI 006: Sander Pads for Dewalt, 5" 8-HoleOrbital Sanding Replacement Hook andLoop Pads for DeWalt DW420 DW421DW422 DW423 DW426 D26451 RandomOrbital Sander, 2-Pack, 2, PK;
LI 007: 20V hammer drill enables usersto complete masonry drilling applications.The cordless hammer drill is compact at only 6.9-inch front toback. Designed to fit in tight spaces.Lightweight at only 2.5 lbs.LED foot light for superior visibility .Variable-speed trigger allows for control and precision on delicatework surfaces.Brushless motor for efficient performance and runtime.1/2-inch ratcheting chuck provides superior gripping strength .340 UWO of power to help get the job done., 2, EA;
LI 008: Argon CO2 Regulators, ArgonGauges Gas Welding RegulatorCompatible with Mig Tig Miller LincolnWeld 0-4500PSI / 0-10BAR - CO2 ArgonRegulator with 6.6Ft Hose, 1, EA;
LI 009: KLLsmDesign 2 Piece Dual Welding GasGauges Oxygen (CGA-540) andAcetylene (CGA-510) Regulators ComboTwo-piece suit , 1, EA;
LI 010: Drill Bit, Ship Auger, 3/4 Inch x17 Inch, 6, EA;
LI 011: 20V MAX Jig Saw, 3,000 BladeSpeed, Cordless, Bare Tool, 5, EA;
LI 012: DEWALT FLEXVOLT 20V/60V MAX* Batteries, 9.0-Ah, 2-Pack (DCB609-2), 2, EA;
LI 013: FORNEY 72390 Dresser for bench grinding wheels 10-1/2, 1, EA;
LI 014: KESON STEEL PROFESSIONAL DIGITAL MEASURING WHEEL, 1, EA;
LI 015: GPS HANDHELD ,PRELOADED MAPS, ABILITY TO ADD MAPS, BASEMAP,AUTOMATIC ROUTING (TURN BY TURN ROUTING ON ROADS) FOR OUTDOOR ACTIVITIES,MAP SEGMENTS 15,000,SATELLITE IMAGERY,INCLUDES DETAILED HYDROGRAPHIC FEATURES (COASTLINES, LAKE/RIVER SHORELINES, WETLANDS AND PERENNIAL AND SEASONAL STREAMS),INCLUDES SEARCHABLE POINTS OF INTERESTS (PARKS, CAMPGROUNDS, SCENIC LOOKOUTS AND PICNIC SITES),DISPLAYS NATIONAL, STATE AND LOCAL PARKS, FORESTS, AND WILDERNESS AREAS,EXTERNAL MEMORY STORAGE 32 GB max ,microSD card,WAYPOINTS/FAVORITES/LOCATIONS 10,000,COURSES 250, 200 course points per course,TRACKS 250,NAVIGATION TRACK LOG20,000 points, 250 saved gpx tracks, 300 saved fit activities,ACTIVITIES,NAVIGATION ROUTES 250, 250 points per route; 50 points auto routing, HIGH-SENSITIVITY RECEIVER,GPS COMPASS (WHILE MOVING),MULTI-BAND FREQUENCY SUPPORT, COMPASS (tilt-compensated 3-axis), ACTIVE WEATHER ,SMART NOTIFICATIONS ON HANDHELD,GEOCACHING-FRIENDLY Geocache LivE, COMPATIBLE GPSMAP 67 DEVICES, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) codefor this procurement can be found. The small business sizestandard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel CommandOffice of Command Counsel-Deputy Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.milThe AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of GovernmentBuildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;252.243-7001, Pricing of Contract Modifications; 252.246-7000, Materialinspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity

Prohibition on a ByteDance Covered Application
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 03, 2023 03:13 pm EDTCombined 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 >