Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2010 FBO #3154
SOLICITATION NOTICE

23 -- Indigenous Vehicles

Notice Date
7/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G3LB9288A001A
 
Archive Date
7/31/2010
 
Point of Contact
Brendan A Baxter, Phone: 7026529576
 
E-Mail Address
brendan.baxter@nellis.af.mil
(brendan.baxter@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION #: F3G3LB9288A001 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 441229 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: $7M Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: QTY 5 EA, 2-Door, Light Color, Pick-up Truck (Daihatsu or equal) Engine inoperable, no fluids CLIN 0002: QTY 4 EA, 4-Door, Dark Color, Passenger Car (Hyundai or equal) Engine inoperable, no fluids CLIN 0003: QTY 6 EA, Bongo style pick up truck Engine inoperable, no fluids CLIN 0004: QTY 7 EA, 4-Door Mercedes or equal Engine inoperable, no fluids The vehicles specified above need to replicate vehicles common use in the Middle East, e.g. old Mercedes, Volvos, BMWs, Chevy Caprice, small Nissan pickups, Audi, Chevy Suburban (ranging from 1985 to 1992). This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-42 effective 16 Jun 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, 52.232-33 - Payment by EFT - CCR, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-2, Evaluation - (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical acceptability and price. Contract award will be based on lowest price technically acceptable. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. All quotes shall include the following minimum information: Estimated delivery date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prices shall be FOB Destination with delivery and acceptance at: Creech AFB, Las Vegas, NV 89018. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to brendan.baxter@nellis.af.mil no later than 16 Jul 10, 08:00 pm PST. The anticipated award date will be by 20 Jul 10.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G3LB9288A001A/listing.html)
 
Record
SN02202847-W 20100714/100712234935-2be36f554596a750ffeba1f9d01cfd13 (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.