SOLICITATION NOTICE
23 -- 4X4 GAS POWERED MULE - Technical Requirements
- Notice Date
- 3/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441228
— Motorcycle, ATV, and All Other Motor Vehicle Dealers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8126-14-Q-0057
- Archive Date
- 4/8/2014
- Point of Contact
- Ernest Harold Perkins, Phone: 4055821833, Holly Crothers, Phone: 4057341147
- E-Mail Address
-
ernest.perkins.3@us.af.mil, holly.crothers@us.af.mil
(ernest.perkins.3@us.af.mil, holly.crothers@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The technical evaluation criteria for sought items. The Combined Synopsis/Solicitation for review and signature. COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.603 SOLICITATION NUMBER: FA8216-14-Q-0057 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. This solicitation is issued as a Request for Quote (RFQ), for a firm fixed type contract. The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisitions Circular. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. The Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base, Oklahoma, intends to award one firm fixed price contract for the acquisition of item(s) listed below. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes, prices submitted, and the availability of funds. Requirement Overview: 4x4 Gas Powered Mule; brand name or equal to the Kawasaki 4010 Required Delivery Date (RDD): 30 days after date of contract (ADC) NOTE: offers exceeding RDD do not meet the terms and conditions of this solicitation Delivery Information: FOB Destination, Tinker AFB, OK NOTE: offers with FOB Orgin do not meet the terms and conditions of this solicitation Inspection and Acceptance: Inspection and acceptance of the item will be performed at Tinker AFB, Oklahoma Warranty Type: Standard commercial warranty Competition Requirement: 100% Small Business Set-Aside NAICS Code: 441228 Size Standard: 500 people Other Pertinent Information: Technical Requirements dated 13 December 2013 Payment Information: Payments shall be made for items accepted by the Government that have been delivered to the delivery destination. NOTE: offers requiring advanced or progress payments do not meet the term and conditions of this solicitation. Required Registration by all Contractors: In order to do business with the government, it is mandatory per Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items, that all offerors must be registered with: · System for Award Management (SAM) ( www.sam.gov ) NOTE: Contact the POC on the website for information and guidance regarding these registrations Applicable Clauses/Provisions (Federal Acquisition Regulation http://farsite.hill.af.mil/farsite.html): FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items (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 are equally important and shall be used to evaluate offers: •1) Technical Acceptability - To meet the governments minimum requirement •2) Price - Lowest Price Technically Acceptable (LPTA) (b) A written notice of award or acceptance of an offer, 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. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders FAR 52.225-25, Transactions Relating to Iran FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.225-7001, Buy American Act DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-O0004) (October 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. FAR 52.225-18: Place of Manufacture (Sep 2006) •(a) Definitions. As used in this clause- •(b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. Evaluation of Proposals: All offeror's responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. The following factors shall be used to evaluate offers: (1) Technical: quote must be rated as technically acceptable to be eligible for award (2) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror Contract Line Items (CLINs): CLIN # Item Quantity Unit of Issue 0001 4x4 Gas Powered Mule 2 EA Description: 4010 4X4 Gas mule seating capacity four (4) person, requires enclosed cab, windshield, windshield wipers, head lights and tail lights, horn, seat belts, turn signals and doors. Technical Evaluation Criteria: NOTE: You must provide separate documentation showing how your company intends to meet the Technical Acceptability Criteria below in order to be deemed technically acceptable : 1. Cab, Front, Steel hard top w/hinged rear panel and f1i p-out glass windshield 2. Cab, Rear module 3. Cab Doors, Front, Steel 4. Cab Doors, Rear, Steel 5. Heavy-Load Spring, Front (I) Order 2 springs per vehicle. 6. Cab Heater 7. Fan, Cab-Cooling/Defrost, 12v 8. Mirror, Rear View, Standard Interior (Bolts to Cab Roof or Frame) 9. Mirrors, Cab Exterior (Pair) 10. Turn Signal Kit 11. Windshield wiper Kit, 20" Blade 12. Dependable Industrial-Quality, Fuel-Injected V -Tw in Engine 13. Fully Automatic Transmission 14. Electric Power Steering System 15. Engine Type 4-Stroke, Fuel injected V-Twin, Liquid-Cooled, OHV 16. Displacement 617cc 17. Bore & Stroke 76.0 x 68.0 mm 18. Maximum Torque 34.7lb-ft@ 2,500 RPM 19. Starting Electric 20. Transmission Automatic Power-Drive System 21. (KAPS) with Reverse 22. Top Speed 25 mph (Governed) 23. Front Tire Size Tubeless 23 x I 1-10 24. Rear Tire Size Tubeless 23 x 11-10 25. Wheel base 85.2 in. 26. Turning Radius (Differential Unlocked) 12.5 ft. 27. Brakes, Front and Rear Hydraulic Drums 28. Front Suspension Type Independent MacPherson Struts 29. Rear Suspension Type DeDion Axle, Leaf Springs, Shocks 30. Ground Clearance 7.I in. 3 I. Fuel Tank Capacity 6.2 gal. 32. Track Front/Rear 45.7 in./46.5 in. 33. Towing Capacity 1,200 lb. 34. Vehicle Load Capacity 6 0 0 lb. 35. Seating Capacity 4 passenger 36. Seatbelts 37. Roof Technical Requirements dated 13 December 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8126-14-Q-0057/listing.html)
- Place of Performance
- Address: United States
- Record
- SN03304883-W 20140309/140307234346-8cae0af6d1e67bfc8a55eb7a1a060f10 (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 |