Search Contract Opportunities

Non-tactical Aerial Lift Bucket Truck with Servicing Platform

ID: PANAPG-16-P-0000-083238 • Type: Synopsis Solicitation
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: Aug. 23, 2016, 11:20 a.m. EDT
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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The solicitation number is PANAPG-16-P-0000 083238.
This requirement is under North American Industry Classification System (NAICS) Code 333120, with a Business Size Standard in number of employees of 1,500. The solicitation is being issued as full and open competition. The Government contemplates award of a Firm-Fixed Price contract under FAR Part 12, Acquisition of Commercial Items and FAR Part 15 Contracting by Negotiation.
The Contractor shall provide one non-tactical aerial bucket truck with servicing platform. The truck specifications are contained in the attachment listed as specifications.
A cover letter shall accompany the offeror(s) proposal and should consist of the following data:
Company Name:
Company Address:
Contact Name:
Contact E-Mail:
Contact Number:
Cage Code:
Overall Total:

All proposals are due no later than 1400 HRS on Wednesday, 6 September 2016 to CPT Norbert Reed and Ms. Jennifer Buchness at the following e-mail address:

norbert.j.reed.mil@mail.mil and jennifer.m.buchness.civ@mail.mil

Proposals shall be submitted in electronic format. No telegraphic or hard copies of proposals will be accepted.

For questions concerning this solicitation, offerors shall contact CPT Norbert Reed or Ms. Jennifer Buchness at norbert.j.reed.mil@mail.mil or jennifer.m.buchness.civ@mail.mil. Any/all questions shall be submitted no later than 12 August 2016 at 1000 EST. All questions will be answer via an amendment to the solicitation. NO TELEPHONE REQUESTS WILL BE HONORED.

Contract Line Item Number(s):

CLIN 0001: Aerial Lift Bucket Truck

QUANTITY: 1 UNIT: Each OVERALL PRICE: ________

The contractor shall provide one non-tactical, aerial bucket truck with servicing platform. The truck specifications are contained in the attachment listed as specifications.

**Note** F.O.B Destination, no shipping cost will be funded separately.
52.212-1, Instructions to Offerors - Commercial (Oct 2015) applies to this acquisition and is hereby incorporated by reference. There are no addenda to this provision.
52.212-2 -- Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract without discussions resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and technical factors considered. The following technical factors shall be used to evaluate offers:
This is a Lowest Price Technically Acceptable (LPTA) award. There are two factors: (1) Price and (2) Technical Capability. The Government intends to conduct a price evaluation, to include transportation costs, on all proposals. The Government will then conduct a technical capability review of the lowest total evaluated price proposal. If the lowest price proposal is determined to be Unacceptable, then the Government will conduct a technical capability review on the next lowest price proposal. The Government will follow this process until the lowest priced, technically acceptable proposal is identified.
(End of Provision)
52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items (Nov 2015) applies to this acquisition and is hereby incorporated by reference. All proposals from responsible sources will be fully considered. Offerors, who are not registered in the System for Award Management (SAM) prior to award will not be considered. Offerors may register with SAM by going to www.sam.gov.
52.212-4 Contract Terms and Conditions Commercial Items (May 2015) applies to this acquisition and is hereby incorporated by reference.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2016) applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
(4) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note).
(6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
(7) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).
(8) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(9) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126).
(10) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(11) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).
(12) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
(13) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(14) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
(15) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332).
(16) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(17) 52.219-8, Utilization of Small Business Concerns (OCT 2014)
(18) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(19) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
The following provisions and clauses are incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil:
52.204-7 System for Award Management JUL 2013
52.204-13 System for Award Management Maintenance JUL 2013
52.209-5 Certification Regarding Responsibility Matters OCT 2015
52.209-7 Information Regarding Responsibility Matters JUL 2013
52.216-2 Economic Price Adjustment - Standard Supplies JAN 1997
52.217-5 Evaluation Of Options JUL 1990
52.242-13 Bankruptcy JUL 1995
52.243-1 Changes - Fixed Price AUG 1987
52.246-2 Inspection Of Supplies--Fixed Price AUG 1996
52.246-16 Responsibility For Supplies APR 1984
52.247-34 F.O.B. Destination NOV 1991
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
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DEC 2015
252.204-7006 Billing Instructions OCT 2005
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2015
252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014
252.211-7003 Item Unique Identification and Evaluation FEB 2014
252.211-7006 Passive Radio Frequency Identification SEP 2011
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7012 Preference for Certain Domestic Commodities FEB 2013
252.225-7048 Export - Controlled Items JUN 2013
252.227-7015 Technical Data - Commercial Items
252.227-7037 Validation of Restrictive Markings on Technical Data JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7006 Wide Area Workflow Payment Instructions MAY 2013
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.243-7002 Requests for Equitable Adjustment DEC 2012
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea APR 2014

The following provisions and clauses are incorporated by full text:

52.233-2 SERVICE OF PROTEST (SEP 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from a Contracting Officer from ACC-APG, Tenant Division, located at 6001 Combat Drive, Aberdeen Proving Ground, Maryland.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

farsite.hill.af.mil

(End of provision)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
farsite.hill.af.mil

252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (Oct 2015)

(a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(End of provision)

252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (Oct 2015)

(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.

(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312. Form 4414 or any other form issued by a Federal department or agency governing the nondisclosure of classified information.

(d)(l) Use of funds appropriated (or otherwise made available) by the
Continuing Appropriations Act. 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in section 743 of division E. title VII of the Consolidated and Further Continuing Appropriations Act. 2015 (Pub. L. 113-235) may be prohibited if the Government determines that the Contractor is not in compliance with the provisions of this clause.

(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.

(End of clause)
Use of Cell Phones While Driving (Oct 2012)
ACC-APG 5152.204-4903

Cell phone use is prohibited while driving on Department of Defense (DoD) installations, unless vehicle is safely parked or unless a hands-free device is used. Wearing of any other portable headphones, earphones, or other listening devices (except for the hands-free cellular phones) is prohibited.

AMC-LEVEL PROTEST PROGRAM (Aug 2012)
ACC-APG 5152.233-4900

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, 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 General Accounting 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 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:

Headquarters U.S. Army Materiel Command
Office of Command Counsel-Deputy Command Counsel 4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Phone: (256) 450-8165
Fax: (256) 450-8840
E-mail: amcprotests@conus.army.mil

The AMC-Level Protest Procedures are accessible via the Internet at:
www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures.

NO TELEPHONE INQUIRES WILL BE HONORED.

Posted: Aug. 22, 2016, 10:23 a.m. EDT
Posted: Aug. 4, 2016, 1:27 p.m. EDT

Overview

Response Deadline
Sept. 6, 2016, 3:00 p.m. EDT (original: Aug. 19, 2016, 11:00 a.m. EDT) Past Due
Posted
Aug. 4, 2016, 1:27 p.m. EDT (updated: Aug. 23, 2016, 11:20 a.m. EDT)
Set Aside
None
Place of Performance
ABERDEEN PROVING GROUND, MD 21005 USA
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 8/4/16 ACC Aberdeen Proving Ground issued Synopsis Solicitation PANAPG-16-P-0000-083238 for Non-tactical Aerial Lift Bucket Truck with Servicing Platform due 9/6/16. The opportunity was issued full & open with NAICS 333120 and PSC 23.
Primary Contact
Title
Contracting Officer
Name
Norbert James Reed III   Profile
Phone
(443) 861-4756
Fax
(443) 861-4813

Secondary Contact

Title
Contracting Officer
Name
Jennifer M Buchness   Profile
Phone
(443) 861-4759
Fax
443-861-4813

Documents

Posted documents for Synopsis Solicitation PANAPG-16-P-0000-083238

Question & Answer

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

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation PANAPG-16-P-0000-083238

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation PANAPG-16-P-0000-083238

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91ZLK
Source Organization Code
500043680
Last Updated
Sept. 21, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 21, 2016