Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

23 -- Mule Accessories

Notice Date
7/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
GTMO Branch (PARC Amercias 410th CSB), KO DIRECTORATE OF CONTRACTING, JTF GTMO J4, APO AE 09360, AE 09360-0000
 
ZIP Code
09360-0000
 
Solicitation Number
W91WRZ-12-T-0016
 
Response Due
7/31/2012
 
Archive Date
9/29/2012
 
Point of Contact
Aaron Trammell, 011-5399-3381
 
E-Mail Address
GTMO Branch (PARC Amercias 410th CSB)
(aaron.trammell@jtfgtmo.southcom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (i)This is a combined synopsis/solicitation for a 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; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number W91WRZ-12-T-0016. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-58, 18 May 12; DPN 20120629, 29 Jun 12; and AFARS REVISION # 025, 01 Apr 10 (iv) This solicitation is conducted as an unrestricted procurement. The North American Industry Classification System (NAICS) code is 336399. (v)Potential offerors are to quote on the following line items: CLIN ITEM DESCRIPTIONQTYUNIT 0001John Deere Gator HPX/XUV Full-Tilting Windshield (Brand Name or Equivalent) - Features a three-position til mechanism to control airflow - Constructed of ultra-thick, high-quality, scratch-resistant 1/4" MR10 GE Lexan polycarbonate -Super-smooth edges and custom bend design provides maximum rigidity - Custom injection-molded nylon mounting brackets - All stainless steel, black-coated finish hardware - Fits entirely between the roll bars - Easy to install and no drilling required75EA 0002Kawasaki Mule Windshields for 4000-4010 (Brand Name or Equivalent) - Manufactured using heavy-duty, marine-grade, 100% polyester with stay-true colors for strength and durability - The camo patterns are manufactured using Cordura nylon, designed for superior strength and abrasion resistance -Camo Pattern are also coated with polyurethane on one side for water resistance, and is the same fabric used to manufacture the United States military's MOLLE systems - Enclosure is water-repellent, tear-resistant, puncture-resistant, mildew-resistant and UV-resistant - Materials allow for less than 1% stretch or skrinkage - Door windows and rear window are made of durable, 30-gauge, Aqua-View Smoked vinyl allowing for uninhibited view and total clarity - Mounts to roll cage with YKK hook and loop system - The doors open and close using YKK zippers, offering a crosswise strength unmatched in the industry. 50EA 0003Kawasaki mule windshields for 2500/3000 fixed (Brand Name or Equivalent) - Features a three- position til mechanism to control airflow - Constructed of ultra-thick, high-quality, scratch-resistant " MR10 GE Lexan polycarbonate - Super-smooth edges and custom bend design provides maximum rigidity - Custom injection-molded nylon mounting brackets - All stainless steel, black-coated finish hardware - Fits entirely between the roll bars - Easy to install and no drilling required50EA 0004Kawasaki Mule 610 Windshield (Brand Name or Equivalent) - Features a folding mechanism to access the under hood compartment - Constructed of ultra-thick, high-quality, scratch-resistant 1/4" MR10 GE Lexan polycarbonate. This is the toughest windshield available! - All stainless steel, black-coated finish hardware - Custom injection-molded nylon mounting brackets - Super-smooth edges - Easy to install and no drilling required10EA 0005Side view/rearview mirrors universal mirror that will fit all UTV High impact ABS housing to resist damage or breakage - Attached with ball socket joint for convenient viewing - Wide view convex mirror provides stable image - Tempered glass is durable and shatter proof - Measurement: 4.5" W by 8" L Includes 1.75" round bar clamp - Use as a rear view or side-view mirror 300EA 0006Shipping1EA (vi)Offerors are authorized to quote line items indicated above as a "Brand name or equal." If an "or equal" is quoted, the offeror is required to submit the technical specifications along with the quote. Those "or equal" quotes may be deemed technically unacceptable if adequate specifications are not provided. (vii)SHIPPING INSTRUCTION: 1. The contractor shall follow all instructions and requirements below. Failure to do so may delay receipt of goods, and result in delayed payment. 2. The contractor shall deliver all goods under the contract to the below Government consolidation point. Destination for goods under this contract is the local JTFGTMO warehouse. The contractor shall ensure that all goods are delivered and received at the local warehouse from the consolidation point. ATBX JTF-GTMO J4 CONTRACT: TBD AMC/NAVY AIR TERMINAL 8449 AIR CARGO RD, BLDG LP205 NORFOLK VA 23511-4497 3. The contractor shall coordinate shipping and storage of goods with the local JTFGTMO warehouse personnel to ensure that all items have been received. Contact information for JTFGTMO warehouse personnel is as follows: POC: MSG JOHNNY SANTIAGO PHONE: 011-5399-3042 EMAIL: Johnny.Santiago@jtfgtmo.southcom.mil ALTERNATE POC: CPT WILLIAM STUART PHONE: 011-5399-3018 EMAIL: William.Stuart@jtfgtmo.southcom.mil The contractor shall contact the following POC to obtain shipping information, such as TCN and priority numbers: NAME: SSG DENNIS HARTUAPONTE PHONE: 011-5399-3043 EMAIL: Dennis.HartuAponte@jtfgtmo.southcom.mil 5. The contractor/shipper shall mark all packaging as follows: CONTRACT #: TBD ATTN: GTMO-J4 LCDR Jermaine Wilson PHONE: 011-5399-3343 E-MAIL: Jermaine.A.Wilson@jtfgtmo.southcom.mil 6. The Contractor shall submit via e-mail the following information to the addressee's below: CONTRACT NUMBER: NAME OF CONTRACTOR: SHIP FROM ADDRESS: SHIP TO ADDRESS: ITEMS SHIPPED: DATE OF SHIPMENT: INSPECTOR: Jermaine.A.Wilson@jtfgtmo.southcom.mil ACCEPTOR: Johnny.Santiago@jtfgtmo.southcom.mil ALTERNATE ACCEPTOR: Dennis.HartuAponte@jtfgtmo.southcom.mil RECEIVING OFFICE POC: Johnny.Santiago@jtfgtmo.southcom.mil ALTERNATE RECEIVING OFFICE POC: Dennis.HartuAponte@jtfgtmo.southcom.mil CONTRACT SPECIALIST: Aaron.Trammell@jtfgtmo.southcom.mil CONTRACTING OFFICER: paula.claudio@jtfgtmo.southcom.mil (viii)FAR 52.212-1, Instructions to Offerors--Commercial Items (JUN 2008), applies to this acquisition. Stressed importance is placed on FAR 52.212-1(b) (4). All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor), technical specifications, and price. Quotes must be valid for a period of no less than 30 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items described in paragraph (v). All offers are to be furnished to SSgt Aaron Trammell by e-mail, Aaron.Trammell@jtfgtmo.southcom.mil. E-mail size is limited to 3MB, but multiple e-mails may be sent. The following provisions are applicable: 52.252-1Solicitation Provisions Incorporated by Reference - http://farsite.hill.af.mil 52.252-5Authorized Deviations in Provisions (ix)FAR 52.212-2, Evaluation--Commercial Items (JAN 1999), applies to this acquisition. 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: (1) technical capability of the item offered to meet the Government requirement, and technical capability shall be evaluated on an acceptable or unacceptable basis. Technical acceptability will be based on meeting the minimum specifications stated in the schedule; (2) price, shall be evaluated as the lowest offer first. The Government intends to award to one vendor on an all or none basis to the lowest priced proposal that is technically acceptable. A written notice of award or acceptance of an offer e-mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2011). (ORCA is accepted) (xi)FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) applies to this acquisition. The following clauses are applicable: 52.211-6Brand Name or Equal 52.233-3 Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.252-2Clauses Incorporated by Reference - Http://farsite.hill.af.mil 52.252-6Authorized Deviations in Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program 252.232.7003 Electronic Submission of Payment Requests 252.233-7001 Choice of Law (Overseas) 252.247-7023 Transportation of Supplies by Sea The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ (xii)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2012) (DEVIATION) (xiii) FAR 52.216-27, Single or Multiple Awards (OCT 1995) applies to this acquisition. The Government may elect to award a single delivery order contract or task order contract or to award a multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. (xiv)The following is information regarding invoicing for the resulting award: (1) Invoices shall be submitted in Wide Area Workflow (WAWF) for payment after delivery in accordance with the prices specified in the resulting contract schedule. (2) The Contractor shall furnish copies of any and all invoices by electronic mail to the Acceptance POC listed herein and to the Contract Specialist, SSgt Aaron Trammell by e-mail, Aaron.Trammell@jtfgtmo.southcom.mil. (3) Wide Area Workflow -Receipt and Acceptance (WAWF-RA) is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. The Contractor shall: (i) Register to use WAWF-RA at https://wawf.eb.mil and (ii) Ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this order/contract. (4) WAWF- RA Instructions - Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office - Wide Area Workflow (WAWF) (see instructions below) Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) in Block 18a of the purchase order/contract. Please have your purchase order/contract number ready when calling about payments. DFAS POC and Phone: Customer Service @ 1-800-553-0527. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents: TYPE OF DOCUMENT: Combination Invoice CAGE: TBD ISSUE BY DODAAC: W91WRZ INSPECT BY DODAAC: W91MNW ACCEPT BY DODAAC: W91MNW SHIP TO DODAAC: W91MNW PAYMENT OFFICE FISCAL STATION CODE: TBD EMAIL POINTS OF CONTACT LISTING: INSPECTOR: Jermaine.A.Wilson@jtfgtmo.southcom.mil ACCEPTOR: Johnny.Santiago@jtfgtmo.southcom.mil ALTERNATE ACCEPTOR: Dennis.HartuAponte@jtfgtmo.southcom.mil RECEIVING OFFICE POC: Johnny.Santiago@jtfgtmo.southcom.mil ALTERNATE RECEIVING OFFICE POC: Dennis.HartuAponte@jtfgtmo.southcom.mil CONTRACT SPECIALIST: Aaron.Trammell@jtfgtmo.southcom.mil CONTRACTING OFFICER: paula.claudio@jtfgtmo.southcom.mil (xv)A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xvi)Quotes are due to this office no later than 1300 hrs, Eastern Standard Time, 31 July 12. Quotes may be sent via e-mail to, Aaron.Trammell@jtfgtmo.southcom.mil. (xvii)The point of contact for this combined synopsis/solicitation is SSgt Aaron Trammell who can be reached at 011-5399-3381 or by e-mail, Aaron.Trammell@jtfgtmo.southcom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a47afdb841c10ac2fabb309b2484316b)
 
Place of Performance
Address: GTMO Branch (PARC Amercias 410th CSB) KO DIRECTORATE OF CONTRACTING, JTF GTMO J4 APO AE 09360 AE
Zip Code: 09360-0000
 
Record
SN02811112-W 20120722/120721000355-a47afdb841c10ac2fabb309b2484316b (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.