Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

38 -- Mini Skid-Steer

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0230
 
Archive Date
7/18/2010
 
Point of Contact
Daniel W. Enders, Phone: 9375224625
 
E-Mail Address
Daniel.Enders@wpafb.af.mil
(Daniel.Enders@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-10-T-0230 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This acquisition is a Small Business Set Aside. The associated North American Industry Classification System (NAICS) code is 333120. Size standard is 750 employees. CLIN 0001: Mini Skid Steer The Minimum Requirements are Brand-Name or Equal to the following: TRENCHER SPECIFICATIONS: Trencher - Track type Mini Skid Steer - 35Hp (Vermeer - S800TX) with Hydrostatic ground drive Operator Platform Duel Fuel Tanks Hydraulic quick disconnects Pilot operated drive controls ATTACHMENTS SPECIFICATIONS: (Vermeer) Dozer Blade with Tilt @ 67" (inches) - Attachment Harley Power Rake (soil conditioner) - Attachment Standard Trencher Stinger (48") - Attachment TRAILER SPECIFICATIONS: (Felling Trailers Inc. - FT-7V) Mini Skid Steer Trailer, with drop ramp, and electric brakes Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Aug 2009), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (Jun 2008). Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but shall include requirements found in Instructions to Offerors (FAR 52.212-1), including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 30 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB destination. Delivery location is Wright-Patterson Air Force Base, Ohio. Quotations shall contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Specifications. Quotation shall provide a point-by-point comparison to each item listed in the minimum specifications. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The provisions and clauses incorporated in this solicitation document are those in effect through Federal Acquisition Circular (FAC 2005-41, 13 May 10). The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-1, Instructions to Offerors 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements noted in the Minimum Specifications included in this Request for Quotation.] 52.212-3 (ALT 1), Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.211-6 Brand Name or Equal; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items Including: 52.219-6 Alt 1 -- 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--Central Contractor Registration; 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.211-7003, Item Identification and Validation. - Fill-in to be determined before contract award. 252.212-7000, Offeror Representations and Certifications--Commercial Items. 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items Including: 252.225-7001, Buy American Act and Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Alt III, Transportation of Supplies by Sea. 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Apr 2010). (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Howard E. Marks., Jr., ASC/ACH, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel 937-255-8642, e-mail: howard.marks@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations AND completed representations and certifications are due by 4:00 p.m. (EST), Monday, 28 June 2010, to: Daniel Enders, 88 CONS/PKBB Fax is 937-656-1412 (ATTN: Daniel Enders). E-mail is: Daniel.Enders@wpafb.af.mil. Mailing Address: ATTN: Daniel Enders 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Daniel Enders at Phone 937-522-4625.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0230/listing.html)
 
Place of Performance
Address: 3891 Shrewood Street, Building 1457, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02182048-W 20100620/100618234759-b1f2ecea41c105c18332f2dbb63fbfbd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.