Arkansas Bids > Bid Detail

Spydercrane URW547

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159505441457976
Posted Date: Sep 6, 2023
Due Date: Sep 12, 2023
Solicitation No: FA446023Q0261
Source: https://sam.gov/opp/8e6aeaf9e4...
Follow
Spydercrane URW547
Active
Contract Opportunity
Notice ID
FA446023Q0261
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4460 19 CONS PKA
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 06, 2023 09:40 am CDT
  • Original Date Offers Due: Sep 12, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
  • Place of Performance:
    Little Rock AFB , AR 72099
    USA
Description

This will be solicited subject to the availability of funds IAW 52.232-18:

"Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer."





Spydercranes URW547 or equal must meet the following capabilities:

A. Required to lift a min of 5500 lbs from a height of 30ft or more

B. Required to be certified for air transportation for the following ACFT: C-130, C-5 or C-17

Preferred C-130J

Transporting dimensions for C-130J are:

64ft long, 102 inches wide, and 102 inches in available loading height

C. Must provide a protected covering for the operator if user is sitting/standing on the crane itself or crane must have a remote-controlled option.

-Primary Point of Contact for questions: SrA Alexander Gonzalez, alexander.gonzalez.13@us.af.mil,501-987-8658. Secondary Point of Contact Mr. Jonathan Reed, jonathan.reed.33@us.af.mil 501-987-1028. Third Point of Contact SSgt Matthew Albonetti, matthew.albonetti@us.af.mil 501-987-6807



(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. The Simplified Acquisition Procedures (FAR 13.5) will be used for requirement.



(ii) Solicitation Number: FA4460-23-Q-0261



This solicitation is issued as a Request for Quote (RFQ).



(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-04 and DPN 20230720 and AFAC 2023-0707.



(iv) THIS REQUIREMENT WILL BE: A Total Set-Aside for Small Business. The North American Industry Classification System (NAICS) number for this acquisition is 333923 “Overhead Traveling Crane, Hoist and Monorail System Manufacturing” with a size standard of 1,250 employees.



This award will be made using the lowest price technically acceptable evaluation methodology. In order to be found technically acceptable the quote must demonstrate the contractor’s ability to provide the product as outlined in the Statement of Work. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Only one award will be made under this solicitation.



Attached are the following:



- Attachment 1 -Salient Characteristics



- Attachment 2 - Clauses and Provisions



- Attachment 3 - Addendum to 52.212-1, Instructions to Offerors—Commercial Products and Commercial

Services.



- Attachment 4 - Addendum to 52.212-2, Evaluation—Commercial Products and Commercial Services.





FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services.



INSTRUCTIONS TO OFFERORS

1. In order to be determined responsive, all quotes must be complete on the Combined/Synopsis Solicitation, responding directly to the requirements of this solicitation and sent to the identified POC's email. A complete quote consists of the following: a) Complete the unit price and extended price (under "Pricing Schedule" on Page 3 of the Combined/Synopsis Solicitation), b) Fill in required provisions and clauses. FAR 52.204-24 must be completed. If the annual certification has been completed in the System for Award Management (SAM), FAR 52.212-3 does not need to be completed. c) All vendors must have an active registration in SAM at time of quote submission.



2. A responsive quote will include the following documents and information:



•Detailed breakdown of proposed price.



•Timeline for delivery.



•Information regarding similar contracts held at other Federal installations. A statement of capability.



•Quotes in response to this solicitation must be submitted via email to the Contract Specialist and Contracting Officer listed above no later than 10:00 AM (CDT) Tuesday, 12 September 2023.



3. 4. All questions are due via email to all POC's listed on the solicitation NLT 10:00 AM (CDT) - 8 September 2023. Answers will subsequently be posted on SAM.gov, on or about 8 September 2023.





52.212-2 Evaluation-Commercial Products and Commercial Services. Nov 2021

As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:

Evaluation-Commercial Products and Commercial Services (Nov 2021)

(a) 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 offers and are of equal

importance:




  • Price

  • Technical capability



IAW FAR 12.602(b), technical capability may be evaluated by how well the proposed products or services meet the Governments requirement instead

of predetermined sub factors. A technical evaluation would normally include examination of such things as product or service literature, product

samples (if requested), technical features, and warranty provisions.

Technical capability will be evaluated based on how well the proposed products meet the Government's requirement based on specifications/salient characteristics outline in listed in this solicitation and Attachment 1 - Salient Characteristics.

(End of provision)


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 501 987 3303 642 THOMAS AVE BLDG 642
  • LITTLE ROCK AFB , AR 72099-4971
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 06, 2023 09:40 am CDTCombined 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 >