Combine Solicitation – ELECTRO HYDRAULIC MOBILE COLUMN LIFTS
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: ELECTRO HYDRAULIC MOBILE COLUMN LIFTS
Classification Code: 99 - Miscellaneous
Solicitation Number: F2P3L74192A001
Contact:
Description:
US Air Force Europe
48 CONS/LGC - Lakenheath
Combined Synopsis/Solicitation RFQ - ELECTRO HYDRAULIC MOBILE COLUMN LIFTS (1 SET OF 8 LIFTS) - Reference (F2P3L74192A001) ******THIS ACQUISITION IS CURRENTLY UNFUNDED-NO AWARD WILL BE MADE UNTIL/UNLESS FUNDS ARE MADE AVAILABLE**
Requesting Agency:
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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 is issued as a request for quotation IAW FAR Part 12 and 13. In order to be considered for award, offeror must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference F3B3E24149A0002.
Line Item 0001: 1 set of 8 lifts. Electric-Hydraulic Mobile Column Lifts with wireless control. Extra Wide Version, 650mm to 1410mm. See below specifications.
Unit of issue is 1 SET. Must include built in 240v/110v charger system on each column control box (1 per column.) 8.5 tonne capacity per column (17 tonne per axle). Adjustable forks 350mm long for super single tyres. Pallet jack transport system on each column. 2x remote hand sets with 10m cable & emergency stop. LIFTING HEIGHT: 1850MM; LIFTING SPEED 94 SECONDS. CE APPROVED. Warranty 12 months parts and labor. Power supply 240/110v. Delivery 8 weeks at time of quoting. Quotes must be valid for minimum 30 days.
Total in USD:_____________________
Please respond via email to [email protected], title of email should be the solicitation number: F2P3L74192A001 and title Electro Hydraulic Lifts.
***To be considered for award, you or your company must be System for Award Management (SAM), www.sav.gov registered and subsequently enrolled in Wide Area Workflow (WAWF), https://wawf.eb.mil/, for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Offerors should provide their DUNS number, CAGE code, and confirmation of their SAM registration along with their quote. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 333120, Construction Machinery Manufacturing.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75 effective
FAR 52.211-6 Brand Name or
The following clauses and provisions apply to this solicitation and are included by reference:
Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items
As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To assure the timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph B - Quote Specifics.
B. Quote Specifics: All quotes must include the following information: 1. Vendor's complete mailng and remittance address. 2. Discount for prompt payment, if any. 3. Offeror shall be enrolled in the System for Award Management (SAM) database (www.sam.gov). 4. Quotes shall be quoted in U.S. Dollars and shall be valid through
C. Quotes are due to this office no later than
(End Addendum)
FAR 52.212-2 Evaluation - Commercial Items (
A. Award Basis: The Government's evaluation of the quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the lowest price technically acceptable award basis. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award.
B. Evaluation: Evaluation factors required under FAR 52.212-1 will be evaluated by the Government as follows:
1. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate.
2. Technical Qualification: An offer's quotation will be considered technically acceptable if it meets the performance requirements detailed in the specfications. Quotations that do not meet these requirements will be considered unacceptable and therefore under the evaluation process will not be considered for award.
C. AWARD DETERMINATION: As a result of the Government's aforementioned evaluation, only those vendors whose quotes are determined to be technically acceptable will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. This is a competitive solicitation for quotations on a Lowest Price Technically Acceptable basis conducted in accordance with FAR parts 12 and 13. The Government will award from among the technically acceptable quotes based on price and technical acceptance.
(End of Clause)
The following clauses and provisions apply to this solicitation and are included by reference:
Federal Acquisition Regulation (FAR) Provisions/Clauses by Reference:
52.204-4 Printed or Copied Double-Sided on Recycled Paper 52-204-7 System for Award Management 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-4 Contract Terms and Conditions - Commercial Items 52.222-50 Combating Trafficking in Persons Alternate I 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to
252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A (Required Central Contractor Registration) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That are Owned or Controlled by the Government of a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: _X_ 52.203-3, Gratuities (
52.252-5 Authorized Deviations in Provisions (
(a) The use in this solicitation of any Federal Acquisition Regulation (48
(b) The use in this solicitation of any Defense Federal Acquisition Regulation (48
52.252-6 Authorized Deviations in Clauses (
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen:
Primary Command Ombudsman: Ms. Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: [email protected] Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025
Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: [email protected] Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025
Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (
Attachment(s): 1) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items 2) Quote Sheet
Attachment 1 52.212-3 Offeror Representations and Certifications -- Commercial Items (
Link/URL: https://www.fbo.gov/notices/16ef1b6c37055de9bedfe5973f811bda
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 8675 |



Combine Solicitation – “This is a Subcontracting Opportunity” with Northlands Job Corps Center Propane Fuel Solicitation
Combine Solicitation – 4 month MHE for DDRT
Advisor News
- Gov. Kim Reynolds signs health insurance premium tax increase into law
- Gov. Reynolds signs temporary tax hike to address Iowa Medicaid shortfall
- Temporary tax hike to fill Medicaid gap heads to governor
- Iowa Senate sends health insurer tax increase to governor’s desk
- Temporary tax hike to fill Iowa Medicaid gap heads to governor’s desk
More Advisor NewsAnnuity News
- Corebridge, Equitable merge to create potential new annuity sales king
- LIMRA: Final retail annuity sales total $464.1 billion in 2025
- How annuities can enhance retirement income for post-pension clients
- We can help find a loved one’s life insurance policy
- 2025: A record-breaking year for annuity sales via banks and BDs
More Annuity NewsHealth/Employee Benefits News
- Healthcare affordability push puts agent pay in jeopardy, AHIP says
- CMS seeks stability in the Medicare market
- Gov. Kim Reynolds signs health insurance premium tax increase into law
- Gov. Reynolds signs temporary tax hike to address Iowa Medicaid shortfall
- Prescription drug pricing needs to change, panelists say
More Health/Employee Benefits NewsLife Insurance News
- Corebridge, Equitable Merger Creates $1.5tr Platfrom
- AM Best Removes from Under Review with Positive Implications and Affirms Credit Ratings of Sompo Seguros Mexico S.A. de C.V.
- Corebridge, Equitable merge to create potential new annuity sales king
- Aflac adds new long-term care rider
- AM Best Affirms Credit Ratings of Nan Shan General Insurance Co., Ltd.
More Life Insurance News