Skip to main content

An official website of the United States government

You have 2 new alerts

CRANE LOAD MANAGEMENT INDICATOR

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: Jun 25, 2024 04:33 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 13, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Lansing , MI 48906
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and 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.

1.0             REQUEST FOR QUOTE

1.1                 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. 

1.2                 Set aside is 100% Small Business.

1.3                 Applicable size standard is $13  million.

1.4             Place of delivery:    Michigan National Guard, Combined Support Maintenance Shop, 3323 N MLK JR BLVD, Lansing Michigan 48906.

1.4.1             Delivery and installation shall be no later than September 30, 2024.

1.5             Purchase of six (6) crane load management indicators that are compatible with MTOE and TDA Grove AT422T cranes.

1.5.1          Minimum monitoring capacity of 22 tons.

1.5.2          Vendor shall remove the existing LMI.

1.5.3         Must provide installation of the six LMI at MIARNG, CSMS, Lansing Michigan.

1.5.4         Requirement details are on Attachment A – Product Specifications.

1.6           Applicable provisions and clauses are provided on Attachment B.

1.7          Review amendment 2 for most current update to the solicitation.

1.7.1       Submit signed amendment #2  with your quote.

                                                                            

2.0       QUOTE FORMAT

2.1       Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote.  An SF1449 is not required in accordance with FAR 12.603(b).

2.2       Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, product images/descriptions, and expiration date of pricing (minimum of 60 days).

2.3       The proposal shall not contain citations or active links to internet pages.  Any linked information will not be accepted and removed from the proposal.

2.4         Questions due:  14 June 2024, 12:30 pm Eastern Standard Time (EST).

Questions must be submitted via email to bonnie.l.reineer.civ@army.mil.  Questions will not be answered via telephone.  

2.5         Quotes due:     28 June 2024 – 12:30 p.m. Eastern Standard Time (EST) 

The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.

3.0       TECHNICAL CAPABILITY

3.1         The proposal shall present relevant information articulating the offeror’s proposed products to meet the requirements. This section shall clearly demonstrates the offeror’s understanding by providing a clear description of the proposed items which meet all requirements. Offerors shall provide descriptions and images if possible. Technical capability will be evaluated as acceptable or unacceptable as compared to the Product Description requirements.

3.2       The proposal shall also include capability and experience in installing the units.  

4.0       EVALUATION

4.1         The Government intends to award to the small business that provides the best value to the Government which will be determined by evaluating price, past performance, and technical approach. All factors are rated approximately equal.

4.2       The government may award to other than the lowest priced quote if the factors of technical capability provide the best value and exhibit betterments above the minimum requirements identified in the RFQ.

4.3         Negative or adverse information on FAPIIS or SPRS in the last three years may render your quote unacceptable.

5.0       SAM REGISTRATION/JOINT VENTURE

In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:  A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.

6.0         NIST COMPLIANCE

6.1         in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements.

6.2         National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance.

6.3       Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote.

6.4       The assessment shall be no more than three years since reporting.

7.0         AWARD

7.1         In accordance with FAR 12.207, a firm-fixed contract shall be issued.

7.2         Installation date shall be no later than 30 September 2024 .

8.0         BILLING INSTRUCTIONS

8.1         Invoice terms are Net 30 days.

8.2         Invoices must be for delivery of items received. Invoices will not be accepted for billing future deliveries.

8.2.1    If there is a backorder of items, then the POC shall be notified of the estimated delivery date.  These items will be removed from the invoice and the contract modified to add the delivery of the back ordered items.

8.3         Inspection and acceptance will be at Lansing, Michigan. 

8.4         Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil). 

8.4.1     Instructions are on clause 252.232-7006.

8.4.2     The invoiced amount for the CLIN shall not exceed the unit of issue amount.

8.4.3     The Government Point of Contact has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History