Iowa Bids > Bid Detail

Floor Scrubbers - Battery Operated Ride On (2 EACH)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 79 - Cleaning Equipment and Supplies
Opps ID: NBD00159970053909050
Posted Date: Sep 7, 2023
Due Date: Sep 15, 2023
Solicitation No: W50S72-23-Q-7102
Source: https://sam.gov/opp/0775fe4ed6...
Follow
Floor Scrubbers - Battery Operated Ride On (2 EACH)
Active
Contract Opportunity
Notice ID
W50S72-23-Q-7102
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M8 USPFO ACTIVITY IAANG 185
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 06, 2023 08:37 pm CDT
  • Original Date Offers Due: Sep 15, 2023 10:30 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7910 - FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Sioux City , IA 51111
    USA
Description

This solicitation, W50S72-23-Q-7102, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04, effective 02 June 2023. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code is 333310 and the small business size standard is 1,000 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial items are requested in this solicitation:



Minimum Specifications:



0001 – FLOOR SCRUBBERS Quantity: 2 EACH



TECHNICAL SPECS: Battery operated ride on floor scrubber for inside use, 36 – 40 inch scrub path with a minimum 40 gallon solution tank and minimum 40 gallon recover tank. Disk scrubber head type that can operate at at least 275 rpm’s with a disk down brush force of at least 225 lbs. Must operate at a low sound level for indoor use (maximum 75 decibels), standard shelf type charger that plugs into 110 volt outlet.



Submission Requirements:





1. Offerors shall submit ALL of the following information with their quote on attached vendor information sheet.




  • Company/Offeror Name:

  • Company Tax ID Number:

  • Company P.O.C:

  • POC Phone Number:

  • POC E-Mail:

  • Cage Code or UEI Number:

  • Place of Manufacture (Required):

  • Anticipated Delivery Time After Receipt of Order (ARO):

  • F.O.B. (if origin, please provide cost):

  • Net Payment Terms (Net 30, unless otherwise noted):





2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below. Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award.



3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov. Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, attached separately for submission convenience (FAR and DFARS Section 889 Representations).



4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov. Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation.





5. 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. Questions regarding this solicitation shall be emailed to SMSgt. Mark A. Crombie and Capt. Allison Harbit, no later than 10:30 A.M. Central on Wednesday, 13 September 2023. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation.





7. Proposals are due at: 10:30 A.M. Central on Friday, 15 September2023.





185ARW/MSC



ATTN: SMSgt. Mark A. Crombie



2920 Headquarters Avenue



Sioux City, IA 51111-1300.





Proposals may be submitted by mail, hand delivered, or e-mail to mark.crombie.1@us.af.mil and allison.harbit@us.af.mil It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR IAANG DO NOT DELETE 2920 HEADQUARTERS AVE
  • SIOUX CITY , IA 51111-1396
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 06, 2023 08:37 pm CDTCombined 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 >