Search Contract Opportunities

Articulating Boom Lift with Minimum Specs

ID: FA8751-21-Q-0375 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 13, 2021, 3:45 p.m. EDT

Combined Synopsis/Solicitation for Commercial Items/Services

General Information

Title: Articulating Boom Lift

Document Type: Combined Synopsis/Solicitation

Solicitation Number: FA8751-21-Q-0375

Posted Date: 11 August 2021

Questions Due By Date: N/A

Original Response Date: 24 August 2021

Current Response Date: 20 September 2021

Classification Code: 3930

Set-Aside: Small Business

NAICS Code: 423830

Contracting Office Address

Department of the Air Force, Air Force Materiel Command, AFRL Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

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. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-21-Q-0375 is issued as a Request for Quote (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-07 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20210830.

See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as a Small Business set-aside under NAICS code 423830 and small business size standard is 100 employees.

The contractor shall provide the items listed in the CLINs below on a Brand Name or Equal, firm fixed price basis, including the cost of shipping FOB Destination.

CLIN 0001: JLG Part# 450AJ-003 - Articulating Boom Lift with 4WD and dual fuel engine OR EQUAL with the following minimum specifications:

  • No electric engine models please
  • 33/1550 x 16.5 Large foam filled lug tread tires (not hard tires)
  • 61 Horsepower motor (Duel Fuel Diesel and propane)
  • Horizontal Reach 25 Feet
  • Vertical Reach 45 Feet
  • Drive 4.5 MPH
  • 4 Wheel Drive
  • Jib range 144 Degrees

QTY: 1 EACH Unit Cost:_________ Total Cost:___________

CLIN 0002: UID Label

QTY: 1 EACH Unit Cost:_________ Total Cost:___________

CLIN 0003: Shipping

QTY: 1 EACH Unit Cost:_________ Total Cost:___________

TOTAL COST OF ALL CLINS:___________________

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new.

The anticipated delivery date is 10 Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441.

The provision at 52.212-1, Instructions to Offerors Commercial Items (JUN 2020), applies to this acquisition.

Addenda to the following paragraphs of 52.212-1 are:

(b) Written proposals/quotes are due at or before 2:00 PM, (Eastern Time) 20 September 2021. Submit to: AFRL/RIKO, Attn: Larry Barto, by email to larry.barto.1@us.af.mil

(b)(4) Submit a technical description and/or a spec sheet of the items being offered.

(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received.

(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) price and (ii) technical capability

All evaluation factors other than price, when combined, are approximately equal. The Government intends to make award to the lowest priced, technically acceptable Offeror.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 2020), as well as the following:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)

DFAR 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation (Dec 2019)

DFARS 252.225-7000 Buy American Balance of Payments Program Certificate

For your convenience all referenced certifications are attached to this solicitation. (Attachment 1)

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2020), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.219-6, Notice of Total Small Business Aside

52.219-28, Post Award Small Business Program Re-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 Policies 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

The following additional FAR and FAR Supplement provisions and clauses also apply:

52.204-16, Commercial and Government Entity Code Reporting

52.204-18, Commercial and Government Entity Code Maintenance

52.204-21, Basic Safeguarding of Covered Contractor Information Systems

52.211-6, Brand Name or Equal

52.204-22, Alternative Line Item Proposal

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.247-34, FOB Destination

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005, Representation Relating to Compensation of Former DoD Officials

252.204-7003 Control of Government Personnel Work Product

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.211-7003, Item Identification and Valuation

Para. (c)(1)(i): None

Para. (c)(1)(ii): None

Para. (c)(1)(iii): None

Para. (c)(1)(iv): None

Para. (f)(2)(iii): None

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7001, Buy American and Balance of Payments Program

252.225-7048 Export-Controlled Items

252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems Representation (MAY 2020) (DEVIATION 2020-O0015)

252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (DEVIATION 2020-O0005)

252.227-7015, Technical Data--Commercial Items

252.227-7037, Validation of Restrictive Markings on Technical Data

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

252.232-7017, Accelerating Payments to Small Business Subcontractors Prohibition on Fees and Consideration

252.243-7001 Pricing of Contract Modifications

252.244-7000, Subcontracts for Commercial Items

252.246-7008, Source of Electronic Parts

252.247-7023, Transportation of Supplies by Sea Basic

5352.201-9101, Ombudsman (JUN 2016) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman:

Ms. Rosalind Harper (Primary)

Mr. Steven Ewers (Alternate)

1864 4th Street

WPAFB OH 45433

Phone: (937) 904-9700

FAX: (937) 656-7321

afrl.pk.workflow@us.af.mil

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow Receipt and Acceptance (see website https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.

Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below:

For proposed Line Item Numbers with a unit price $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.

UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.

(A)LABEL:

If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.

If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.

Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.

The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort.

All responsible organizations may submit a proposal, which shall be considered.

Posted: Sept. 13, 2021, 3:42 p.m. EDT
Posted: Aug. 11, 2021, 7:10 a.m. EDT

Overview

Response Deadline
Sept. 20, 2021, 2:00 p.m. EDT (original: Aug. 24, 2021, 2:00 p.m. EDT) Past Due
Posted
Aug. 11, 2021, 7:10 a.m. EDT (updated: Sept. 13, 2021, 3:45 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Rome, NY 13441 United States
Source

Current SBA Size Standard
100 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
54% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 8/11/21 Air Force Research Laboratory issued Synopsis Solicitation FA8751-21-Q-0375 for Articulating Boom Lift with Minimum Specs due 9/20/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 423830 (SBA Size Standard 100 Employees) and PSC 3930.
Primary Contact
Name
Larry Barto   Profile
Phone
(307) 287-1827

Documents

Posted documents for Synopsis Solicitation FA8751-21-Q-0375

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA8751-21-Q-0375

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA8751-21-Q-0375

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA8751-21-Q-0375

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA8751 AFRL RIKO
FPDS Organization Code
5700-FA8751
Source Organization Code
100512674
Last Updated
Sept. 13, 2021
Last Updated By
larry.barto.1@us.af.mil
Archive Date
Oct. 5, 2021