SMALL BUSINESS SET-ASIDE for quantity one (1) single girder top running overhead crane
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 16, 2024 09:26 am EDT
- Original Published Date: Jul 03, 2024 02:50 pm EDT
- Updated Date Offers Due: Jul 19, 2024 11:59 am EDT
- Original Date Offers Due: Jul 10, 2024 04:59 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 03, 2024
- Original Inactive Date: Jul 25, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
- NAICS Code:
- 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Place of Performance: Aberdeen Proving Ground , MD 21005USA
Description
Disclaimer: 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.
NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.
This acquisition is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective 22 April 2024.
For purposes of this acquisition, the associated NAICS code is 333923. The small business size standard is 1,250 employees.
Contract Line Item (CLIN) Structure: The following is a list of contracts line-item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN0001: One (1) single girder top running overhead crane
Specifications/Requirement: See attached Salient Characteristics
Delivery: Delivery is required within 12 weeks after contract award.
Delivery shall be made to:
U.S. Army Research Laboratory (ARL)
Shipping and Receiving
6375 Johnson Road, Building 321
Aberdeen Proving Ground, MD 21005
Acceptance shall be performed at destination. The FOB point is destination.
Clauses:
- The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision:
In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.
- Evaluation Criteria - The specific evaluation criteria to be used are as follows:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Price
Technical Capabilities/Specification
Past Performance
- Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
- The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None.
- The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
52.209-6 PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)
52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)
52.219-33 NONMANUFACTURER RULE (SEP 2021)
52.222-3 CONVICT LABOR (JUN 2003)
52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26 EQUAL OPPORTUNITY (SEP 2016)
52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016)
52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
- The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
FAR:
52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)
52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)
52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)
DFARS:
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)
252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION (DEC 2019)
252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION (MAY 2021)
252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)
252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)
252.215-7012 REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)
252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)
252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013)
252.225-7055 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)
252.225-7056 PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)
ADELPHI LOCAL CLAUSES:
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT
GOVERNMENT INSPECTION AND ACCEPTANCE
TAX EXEMPTION CERTIFICATE (ARL)
PAYMENT INSTRUCTIONS
RECEIVING ROOM REQUIREMENTS – APG
EXCEPTIONS IN PROPOSAL
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
AWARD OF CONTRACT
DFARS COMMERCIAL CLAUSES
- This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.
- The following notes apply to this announcement:
The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.
Offers are due three (3) business days after posting by 11:59 AM EST, to Contract Specialist, Michelle Mattingly, michelle.r.mattingly.civ@army.mil.
Attachments/Links
Contact Information
Contracting Office Address
- KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
- ADELPHI , MD 20783-1197
- USA
Primary Point of Contact
- Michelle Mattingly
- michelle.r.mattingly.civ@army.mil
- Phone Number 520-942-2164
Secondary Point of Contact
History
- Aug 03, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 03, 2024 02:52 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 03, 2024 02:50 pm EDTCombined Synopsis/Solicitation (Original)