United States - Tire Cutter

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
14 May 2019
Opportunity publication date
27 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 26, 2019 10:04 am

Description:
 
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.  The required equipment is per the below specifications, including its delivery timeframes.  The following clauses will be included into 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. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil.
 
TIRE CUTTER EQUIPMENT SPECIFICAITON:
A.      ITEM 0001.
Tire Cutter to cut passenger, light truck and heavy truck tires including super singles, towable, diesel powered.   
 
    (a)  Quantity:   One (1) each Total $________________
 
Note:  The equipment furnished under this contract shall be new from the manufacturer’s most current production, delivered ready for immediate use.
 
MAXIMUM EQUIPMENT DIMENSIONS
                                             Inches
Overall Length                    67”
Overall Width                      119”
Overall Height                     72”
 
B.  MINIMUM REQUIREMENTS: 
(1)    Engine:  Diesel Type with Electric Start
(2)    Shear Type:  Hydraulic Double Shear Type Blade
(3)    Ply Rated Cutting Strength:  26 Ply Rated Tires 
(4)    Hydraulic Passenger Tire Compressor
(5)    Electrical:  12 Volt System
(6)    Hitch Type:  2 Inch Ball Hitch with Safety Chains
(7)    Rated Horsepower:  18-30 HP
(8)    Hydraulic Controls:  Lever type with Hydraulic Pressure Indicator
(9)    Tires:  Solid Cushion Rubber Tires
(10)Warranty:  Manufacturer’s standard. Warranty coverage shall begin the date when DLA Disposition Services accepts at the point of designation. The warranty work will be provided by vendor’s recommendation.     
(11)Technical Publications: One complete set of technical repair manual and parts catalogs in English and Japanese if available.
C.  INTENDED USE:  The equipment covered by this specification is intended for use by the U.S. Government.
D.  SAFETY:  Each vehicle and furnished accessories shall comply with Japanese Safety Standards and exhaust emission control requirements in effect on the date of manufacture.
F.  DELIVERY LOCATION:
 
W62N2A/SW3225
XU Def DIST DEPOT San Joaquin
CCP WHSE 30
25600 South Chrisman Rd
Tracy, CA 95376-5000
 
I. DELIVERY DATE:    The purchased equipment shall be delivered at the delivery points specified above within 60 days after delivery order is issued.  The Government will ship the tire cutter from Tracy, CA to the DLA operating location in Japan.
A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement.
 
B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement. The Government will award a contract resulting from this solicitation to the offeror that has the lowest price and that is technically acceptable.
 
C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that it has completed the annual representations and certifications on SAM.gov or submit a completed copy of the provision at FAR 52.212-3 with its offer.
D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement.
E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items) applies to this procurement. The additional FAR clauses which are cited in FAR 52.212-5 are listed here:
 
52.203-3, Gratuities (Apr 1984)
52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006);
52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)
52.222-50, Combatting Trafficking in Persons (Jan 2019);
52.233-3, Protest After Award (Aug 1996)
52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2018)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
52.222-3, Convict Labor (June 2003)
52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018)
52.222-21, Prohibition of Segregated Facilities (Apr 2015)
52.222-26, Equal Opportunity (Sep 2016)
52.222-36, Affirmative Action for Handicapped Workers (Jul 2014);
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug2011)
52.225-13 Restrictions on Certain Foreign Purchases (June 2008)
52.232-33, Payment by Electronic Fund Transfer - Central Contractor Registration (Oct 2003)
52.247-34, F.O.B. Destination (Nov 1991)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011):
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)
252.204-7009 LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016)
252.204-7008COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATIONCONTROLS (OCT 2016)
252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2016)
252.225-7013, DUTY-FREE ENTRY (MAY 2016)
252.225-7048, Export-Controlled Items (Jun 2013)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateral award)
252.243-7001, Pricing of Contract Modifications (Dec 1991)
252.243-7002, Requests for Equitable Adjustment
252.244-7000, Subcontracts for Commercial Items (Jun 2013)
252.203-7003, Agency Office of the Inspector General (Apr 2012)
252.203-7005 Representations Relating to Compensation of Former DoD Officials (Nov 2011)
252.225-7012, Preference for Certain Domestic Commodities
252.227-7015, Technical Data - Commercial Items (Dec 2011)
252.225-7021 Trade Agreements (Oct 2013)
252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2012)
52.204-9000 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (JUL 2015)
Clause Note: Other clauses not listed above may be included in any award made from this solicitation. This is a result of the programming of our contract writing system. To alleviate this issue, a bilateral award will be made from this solicitation.
 
 INSTRUCTIONS TO OFFERORS:
Submit quotes by email to: matthew.wonch@dla.mil no later than May 14th at 3:00 pm Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-reciept of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated.
Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) shall be current on SAM.gov at the time of quote submission.

Opportunity closing date
14 May 2019
Value of contract
to be confirmed

About the buyer

Address
Defense Logistics Agency DLA Disposition Services United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?