Colorado Bids > Bid Detail

DLA Disposition Services Colorado Springs 25k Diesel Forklift

Agency:
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159449919990475
Posted Date: Feb 13, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/7c047b0b79...
Follow
DLA Disposition Services Colorado Springs 25k Diesel Forklift
Active
Contract Opportunity
Notice ID
SP451024Q1007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA DISPOSITION SERVICES
Office
DLA DISPOSITION SERVICES - EBS
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 (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 13, 2024 01:53 pm EST
  • Original Date Offers Due: Mar 01, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: 3930 - WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Colorado Springs , CO 80931
    USA
Description

DLA Disposition Services Colorado Springs



25k Diesel Forklift



SP4510-24-Q-1007





This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12, as supplemented with additional information included in this notice. This is for a single award without options. The required equipment is per the attached specifications in the Statement of Work provided, including its delivery timeframes. The following clauses will be included in the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision.





Quotes are to be received no later than 3:00 p.m. Eastern Standard U.S. Time on Friday, March 1, 2024, via email only to the designated Contracting Officer.





See Attachment for the Bid Schedule and Specifications/Additional Terms.





All quotes shall be in U.S. Dollars





All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, State and Local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays.





INSTRUCTIONS TO OFFERORS:





Submit quotes by email to brandon.awkerman@dla.mil no later than Friday, March 1, 2024, at 3:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include:





1) The bid schedule is attached and responding firms are required to complete and return the bid schedule for all line items.





2) Complete listing of CLIN 0001 specifications for each offered equipment item, fully demonstrating that each meets the required specifications in the attachment and price includes required familiarization training and shipping charges.





3) Offerors shall provide the applicable CAGE code and Unique Entity Identifier with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission.





Any solicitation questions shall be submitted no later than February 23, 2024 at 3:00 PM Eastern Time to brandon.awkerman@dla.mil. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline.





EVALUATION:





Quotations will be evaluated on a Lowest-Price Technically Acceptable basis. Award will be made to the firm that offers the lowest total cost to the Government for the entire requirement after a pass/fail evaluation of the contractors’ provided technical submittals meeting or exceeding salient characteristics.







FAR 52.212-1 (Instructions to Offerors -- Commercial) (Sep 2023)




  • Fill-in coverage: All offerors shall submit the make, model, and technical specifications of the forklift being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with the Statement of Work.





FAR 52.212-2 (Evaluation -- Commercial Items) (Nov 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor on the basis of the lowest evaluated price technically acceptable.



FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (Nov 2023) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov.



FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (October 2014)



FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items)



FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement.



52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions SEP 2007



52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017



52.204-7 System for Award Management OCT 2018



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020



52.204-13 System for Award Management Maintenance OCT 2018



52.204-16 Commercial and Government Entity Code Reporting AUG 2020



52.204-17 Ownership or Control of Offeror AUG 2020



52.204-18 Commercial and Government Entity Code Maintenance AUG 2020



52.204-20 Predecessor of Offeror AUG 2020



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021



52.204-25 Prohibition of 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



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment NOV 2021



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015



52.212-1 Instructions to Offerors—Commercial Products and Commercial Services SEP 2023



52.212-2 Evaluation—Commercial Products and Commercial Services NOV 2021



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services NOV 2023



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I OCT 2014



52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services NOV 2023



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services NOV 2023



52.216-18 Ordering AUG 2020



52.216-19 Order Limitations OCT 1995



52.216-20 Definite Quantity OCT 1995



52.219-3 Notice of HUBZone Set-Aside or Sole Source Award OCT 2022



52.219-28 Post-Award Small Business Program Rerepresentation MAR 2023



52.222-3 Convict Labor JUNE 2003



52.222-19 Child Labor—Cooperation with Authorities and Remedies NOV 2023



52.222-21 Prohibition of Segregated Facilities APR 2015



52.222-22 Previous Contracts and Compliance Reports FEB 1999



52.222-25 Affirmative Action Compliance APR 1984



52.222-26 Equal Opportunity SEP 2016



52.222-50 Combating Trafficking in Persons NOV 2021



52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons JUN 2016



52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners JUN 2016



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020



52.223-20 Aerosols JUN 2016



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation DEC 2016



52.225-13 Restrictions on Certain Foreign Purchases FEB 2021



52.232-29 Terms for Financing of Purchases of Commercial Products and Commercial Services NOV 2021



52.232-31 Invitation to Propose Financing Terms DEC 2022



52.232-33 Payment by Electronic Funds Transfer—System for Award Management OCT 2018



52.232-39 Unenforceability of Unauthorized Obligations JUN 2013



52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021



52.233-3 Protest after Award AUG 1996



52.233-4 Applicable Law for Breach of Contract Claim OCT 2004



52.252-5 Authorized Deviations in Provisions NOV 2020



52.252-6 Authorized Deviations in Clauses NOV 2020



252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011



252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022



252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022



252.204-7003 Control of Government Personnel Work Product APR 1992



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



252.204-7022 Expediting Contract Closeout MAY 2021



252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023



252.211-7003 Item Unique Identification and Valuation JAN 2023



252.223-7008 Prohibition of Hexavalent Chromium JAN 2023



252.225-7000 Buy American--Balance of Payments Program Certificate--Basic NOV 2014



252.225-7001 Buy American and Balance of Payments Program--Basic JAN 2023



252.225-7001 Buy American and Balance of Payments Program--Alternate I JAN 2023



252.225-7012 Preference for Certain Domestic Commodities APR 2022



252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime JAN 2023



252.227-7015 Technical Data—Commercial Products and Commercial Services MAR 2023



252.227-7037 Validation of Restrictive Markings on Technical Data JAN 2023



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018



252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023



252.232-7010 Levies on Contract Payments DEC 2006



252.244-7000 Subcontracts for Commercial Products or Commercial Services N0V 2023



252.246-7008 Sources of Electronic Parts JAN 2023



252.247-7023 Transportation of Supplies by Sea--Basic JAN 2023








Attachments/Links
Contact Information
Contracting Office Address
  • FEDERAL CENTER 74 N WASHINGTON
  • BATTLE CREEK , MI 49037-3092
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 13, 2024 01:53 pm ESTCombined Synopsis/Solicitation (Original)

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 >