Hawaii Bids > Bid Detail

Crane Hoisting Services info alert Note: There have been new actions to this contract opportunity. To view the most recent action, please click here .

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159870189326290
Posted Date: Nov 10, 2022
Due Date: Nov 14, 2022
Solicitation No: W50SLF-23-Q-0001
Source: https://sam.gov/opp/dc6d23486a...
Follow
Crane Hoisting Services
info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here .

Inactive
Contract Opportunity
Notice ID
W50SLF-23-Q-0001
Related Notice
W50SLF-23-X-0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M4 USPFO ACTIVITY HIANG 154
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-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Nov 10, 2022 10:25 am HST
  • Original Date Offers Due: Nov 14, 2022 04:00 pm HST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 29, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W036 - LEASE OR RENTAL OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Kekaha , HI 96752
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W50SLF-23-Q-0001, is being issued as a Request for Quote (RFQ). Any award resulting from this solicitation will be issued on a Standard Form 1449. To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database and registration may be done online at: www.sam.gov . Also, all vendors will be required to submit invoicing through Wide Area Work Flow (WAWF) electronic invoicing system.





This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 Effective July 12, 2021. This procurement is being solicited as 100% small business set aside. The designated North American Industry Classification System (NAICS) Code is 238990 All Other Specialty Trade Contractors, with a size standard in millions of dollars $16.5. To procure Crane Hoist services to offload prefabricated building at 1115/1116 Nohili Rd, PMRF, Kekaha, HI, 96752 schedule for delivery on 16 Nov 2022. See attached Performance Work Statement (PWS).





Contract award will be written with one (1) Contract line item number (CLIN) CLIN 0001: Crane Hoist services



Quantity: 1



Unit: EA





Date of Delivery – 16 November 2022





Place of delivery:



1115/1116 Nohili Rd,



PMRF, Kekaha, HI, 96752





Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition





Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items Quote Submittal Instructions



In order to be considered for award, Offerors are requested to quote Firm Fixed Price for all of the identified contract line items provided. Quotes shall be sent electronically via e-mail directly to warren.m.sabugo.civ@army.mil . Quotes must be received at this email address inbox no later than the date and time specified in this solicitation. Submission of a quote that does not contain all item(s) requested may result in elimination from consideration of award. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. The vendor’s quote shall include the following:



1. Price quotation, signed and dated



2. Amendments or acknowledgements (if applicable), signed and dated 3. Completed Certifications (if not entered in the System for Award Management (SAM)) to include FAR 52.212-3 Alternate I, Offer Representations and Certifications Commercial Item d. Submittal of quote in accordance with FAR 52.212-1, Addendum to FAR 52.212-1, FAR 52.212-2, Addendum to FAR 52.212-2 4. As a minimum, one (1) page technical approach 5. As a minimum, one (1) completed Past Performance 6. Provide equipment/material warranty and workmanship warranty 7. Provide training for all systems for onsite staff





Provision 52.212-2 Evaluation-Commercial Items, applies to this acquisition





Addendum to FAR 52.212-2, Evaluation – Commercial Items Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be made to the lowest priced offeror that meets the PWS.





The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3. Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness.





The Government expects competitive quotes to be submitted for this procurement and will use these competitive quotes to determine price reasonableness in accordance with FAR 13.106-3. Evaluation and award will be determined by the lowest price quote based solely on the factors specified in the solicitation. If competitive quotes are not received, the Government reserves the right to utilize other methods identified in the FAR to determine price reasonableness.





Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.





Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition





Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition





The following FAR and DFARS provisions are incorporated into this solicitation by reference:





52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-22, Alternative Line Item Proposal



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation



52.209-5 Certification Regarding Responsibility Matters 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



52.217-5 Evaluation of Options



52.219-1 Small Business Program Representations--Alternate I



52.222-22 Previous Contracts and Compliance Reports



52.222-25 Affirmative Action Compliance



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications



52.233-2 Service of Protest



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



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations



252.215-7008 Only One Offer



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors



252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation





The following FAR and DFARS clauses are incorporated into this solicitation by reference:





52.202-1 Definitions



52.203-12 Limitation on Payments to Influence Certain Federal Transactions



52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-13, SAM Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications



52.211-17 Delivery of Excess Quantities



52.212-4, Contract Terms and Conditions – Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors



52.233-1 Disputes



52.237-2 Protection of Government Buildings, Equipment, and Vegetation



52.242-13 Bankruptcy



52.243-1 Changes--Fixed Price



52.247-34 -- F.o.b. – Destination



252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support



252.204-7020 NIST SP 800-171 DoD Assessment Requirements.



252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism



252.211-7003 Item Unique Identification and Valuation



252.225-7001 Buy American and Balance of Payments Program—Basic



252.225-7012 Preference for Certain Domestic Commodities



252.225-7021 Trade Agreements



252.225-7048 Export-Controlled Items



252.227-7015 Technical Data--Commercial Items



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



252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 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



252.243-7002 Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items



252.247-7023 Transportation of Supplies by Sea--Basic





The following provisions and clauses are incorporated by full text in Attachment #2.





52.212-1 Instructions to Offerors-Commercial Items 52.212-2, Evaluation – Commercial Items



52.212-3 Offeror Representations and Certifications-Commercial Items



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items



52.217-7 Option for Increased Quantity-Separately Priced Line Item



52.237-1 Site Visit



52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.232-7006, Wide Area Workflow Payment Instructions





See Attachment #3.



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.204-26 Covered telecommunications Equipment or Services—Representation



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation



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





Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov . All offerors must complete provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-26 Covered Telecommunications Equipment or Services-Representation to be eligible for award.





Quotes are due by 4:00 p.m. Hawaii Standard Time (HST) on Monday, 14 November 2022.



Electronic proposals must be submitted via e-mail to warren.m.sabugo.civ@army.mil . Facsimile proposals will not be accepted.





Submissions shall not exceed 15 pages, and provide the following: Vendor Name; Vendor POC; Vendor CAGE; Vendor DUNS; Contact Ph#; Fax and/or Email; Discount Terms (if applicable); and Socio-Economic status. Additionally, in order to be eligible for award, all respondents shall, with submission, provide a completed 889 Certification (Attachment #3).





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. (FAR 52.212-1(g))





Attachments:



#1 – Performance Work Statement



#2 – _Provisions and Clauses



#3 – 889 Certification


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR HIANG DO NOT DELETE 4208 DIAMOND HEAD RD
  • HONOLULU , HI 96816-4495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >