General Buy Information
Buy #: | 1094527 | |
---|---|---|
Solicitation #: | DPGOPDJM220302a | |
Buy Description: | Aircraft Mover | |
Category: | 28 -- Engines, Turbines, and Components | |
Sub Category: | 2810 -- Gasoline Reciprocating Engines, Aircraft Prime Mover; and Components | |
NAICS: | 336999 -- All Other Transportation Equipment Manufacturing | |
SAM Contract Opportunity: | Yes (If Yes, buys prior to 11/2019 were posted to FBO) | |
Set-Aside Requirement: | Small Business | |
Buyer: | MICC End User | |
End Date: | 03/14/2022 | |
End Time: | 11:30 ET | |
Seller Question Deadline: | 3/10/2022 - 11:00 ET | |
Delivery: | 60 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver) |
Line Item(s) Template - Optional
You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information. |
Line Item(s)
Item No | Description | Qty | Unit |
---|---|---|---|
001 | MFR: Mototok Part Number: Mototok TWIN 7500 NG Description: Wireless Transmission Control Aircraft Mover -Max towing capacity 60t/165,347lbs Max nose wheel capacity 7.5t/16,535lbs Shipping Crate Heavy Duty Wooden Shipping Crate which conceals the unit during transport Obligatory Training - Machine Introduction Cost for Travel/Time Interchangeable Paddles - For Single and Double Wheel Operation IEB 110V/15A - 48V 1.7kW Battery Charger Abitron Nova L - 458 MHz Industrial Remote Control with Strap/Batteries & Charger Central-Unit-PC (hardware-basis) - Capability of large storage of information and telematics data with built-in wifi to access cloud Automatic Nose Wheel Connection - Operator presses one button on the remote to automatically connect to nose gear Load Recognition System - When the Mototok is with an aircraft, braking curves, torques, and rpms are programed differently Safety Paddle Recognition System - Mototok will not move until paddles have applied correct pressure over nose wheels Wheel Size Adjuster - Extension rods move outward and inward hydraulically for different size wheels capture Weight Kit - Mounts to frame with weight weighing 30lbs a piece up to a max of 1,100lbs total per side 1 6,000.00 GPU Cable - GPU Cable for Engine Start Up 1 1,000.00 Towing Adapter - Trailer coupling adapter for multi-functional extensions Weight Qty: 5000 lbs Depth of the wheel opening: 180 mm (7.09") - 670 mm (26.38") Vertical stroke: 150 mm / 5.91" Sliding Table stroke: 300 mm / 11.81" Hydraulic Door stroke: 200 mm / 7.87" Ground Clearance 110 mm / 4.33 inch Max Width of the Nosewheel 665 mm / 26.2 inches Diameter MIN 250 mm / 9.84 inches - MAX 700 mm / 27.56 inches. Unladen Weight: 2100 KG / 4,630 lbs. Time to Load/fix aircraft (approx.) 10 sec Speed: 3.78 km/h / 1.05 m/s /2.35 mph Batteries:(maintenance-free, deep cycle gel batteries) 4 x 220 Ah Voltage: 48V AC Microprocessor controlled electric motors. Range (depending on the workload): 3-4 days. Possible terrain: Concrete/Stone. Tyres: Puncture-proof Advanced radio remote control with safety features, waterproof, certification of conformity, worldwide safety approval including airports, TÜV certified/Strapless tire paddles OPTION TO BE INCLUDED: Weight Kit Mounts to frame with weight weighing 30lbs a piece up to a max of 1,100lbs total per side/Tethered Remote Cable: 15m long coiled cable, connects to remote, shuts off wireless signal automatically if plugged in/GPU Cable GPU Cable for Engine Start Up/Towing Adapter Trailer coupling adapter for multi-functional extensions --- Shipping to be included | 1 | EA |
Bidding Requirements
Instructions |
---|
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
|
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
|
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
|
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
|
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
|
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
|
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
|
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
|
Buy Terms
Name | Description |
---|---|
Unfunded Requirement | This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. |
Provisions | The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. |
Clauses | The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. |
SAM Registration | IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance |
Shipping | Shipping is FOB Destination CONUS (CONtinental U.S.). |
New Equipment | New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. |
Quote | Submitted Quotes will be valid for 45 days after the auction closing. |
Request for Quote | This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). |
FARsite | IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/ |
NAICS & Size Standard | The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf |
AMC-Level Protest Program | 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. |
Service Terms: | "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" |
Provision 252.209-7999 | Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. |
Provision 252.232-7006 | Wide Area WorkFlow Payment Instructions |
Clause 252.204-7012 | 252.204-7012 Safeguarding of Unclassified Controlled Technical Information |
PALLETIZATION | All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. |
Basis of Award | IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable. |
No Multiple Awards | No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis. |
Clause 252.232-7006 | Wide Area WorkFlow Payment Instructions |
Vendor Questions | Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582. |
Buy American Act | In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED***** |
Provision 52.204-26 | Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award. |
Clause 52.204-25 | Reporting During Contract Performance |
52.222-26 | Equal Opportunity |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
Dugway Proving Ground | UT | 84022 |
Seller Attachment(s): Required
MANDATORY_-_52_204-26 |
MANDATORY_-_BUY_AMERICAN_ACT_Provision |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | SPD_SPECS_Aircraft_Mover_220302.pdf | 898 KB | |
002 | 52_204-26.docx | 13 KB | |
003 | BUY_AMERICAN_ACT_Provision.docx | 13 KB |