Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
SOLICITATION NOTICE

23 -- Polaris Ranger for 2 CES - RFQ - Minimum Salient Characteristics

Notice Date
8/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-12-Q-0097
 
Archive Date
9/4/2012
 
Point of Contact
Kristopher J. Tolar, Phone: 3184566889, Traci A Hughes, Phone: 3184566887
 
E-Mail Address
kristopher.tolar@us.af.mil, Traci.Hughes@us.af.mil
(kristopher.tolar@us.af.mil, Traci.Hughes@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Minimum Salient Characteristics for 2 CES Polaris Ranger Request for Quote 2CES Polaris Ranger 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; quotes are being requested and a written solicitation will not be issued. This solicitation, FA4608-12-Q-0097, 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 2005-60 effective 26 Jul 2012). The NAICS code is 336999 and the small business size standard is 500 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the Central Contractor Registration database. (Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration).The following commercial items is requested in this solicitation. The items being procured are: (all items below can be quoted as an equal item) 0001 2012 Polaris Ranger 6x6 EUV Red/Black 800 cc EFI or equal to include: • 5Lb Fire Extinguisher • 2 Portable radio holders • Full Roof and Windshield • Multi-Mount Winch • Firelite Transport SUPERMAX (FST-12) • 13 HP Motor (Electric Start with manual backup) • Electric Rewind Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: price; technical acceptability. Contractors bidding "Or Equal" items must provide pictures/specifications of items that will meet minimum salient characterisitics of the items proposing. Note: Equal Items will be acceptable upon determination of technical acceptability in accordance with attached Minimum Salient Characterisitcs relevant to this solicitation. The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Represenationtations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 52.222-3 Convict Labor 52.222-19 Child Labor-Coorperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification 52.232-1 Payments 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes-Fixed Price 52.246-2 Inspection Of Supplies-Fixed Price 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.211-7003 Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1:00 PM (CST), 21 Aug 2012, 2 CONS/LGCB, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Kristopher Tolar at (318) 456-2107. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Kristopher Tolar, Contracting Specialist, at (318) 456-6889, kristopher.tolar@us.af.mil or Traci Hughes, Contracting Officer, at (318) 456-6887, traci.hughes@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/43f6614a463218bc0b191bbb45a357fe)
 
Place of Performance
Address: 425 Lindbergh Road East Suite 100, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN02838558-W 20120816/120815000335-43f6614a463218bc0b191bbb45a357fe (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.