SOLICITATION NOTICE
42 -- Water Rescue Craft and Trailer for 36 CES/CEF, AAFB, GUAM
- Notice Date
- 6/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019214Q7035
- Response Due
- 6/16/2014
- Archive Date
- 7/1/2014
- Point of Contact
- Amber San Gil 671-366-4943
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation N4019214Q7035 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-73. This is a total small business set aside. The NAICS code is 336999 and the size standard is 500 employees. The following commercial items are requested: CLIN 0001 (Qty 1) Water Rescue Craft, Yamaha VXS Brand Name or Equal Hull/Deck Specifications - Rider Capacity: 3 persons - Fuel Capacity: 18.5 GAL - Storage Capacity: 15.1 GAL - Extended Rear Platform - Automatic Bilge System - Cooling System: Water-cooled Engine Specifications - Engine Type: 1812cc, 4-cylinder, 4-stroke, 1.8 Liter Marine Engine - Fuel Type: Regular Unleaded - Electronic Fuel Injection - Non super charged jet General Specifications - Reverse - Dual Mirrors - Tow Hook - Remote Transmitter CLIN 0002 (Qty 1)Trailer Specifications: - Carrying Capacity: 1805 lbs. - Gross Vehicle Weight Rating: 2000 lbs. - Load Hitch Height: 17 ť - Axle Type: Spring - Tire/Rim: 13 ť Aluminum Wheels - 2 ť coupler with safety chains - With spring loaded clips and lock pin with wire hoop for the coupler - Galvanized axles - Four cord rubber torsion axles - Bearing Lube grease system - Rear welded aluminum tie down positions - Stainless Steel Hardware - Molded wire harness with protective braiding - Vinyl molded keel guards - LED sealed lights on entire trailer (DOT compliant) - Fully adjustable 6 ™ carpeted bunks -Adjust from side to side, front to back, and changeable bunk angles QUOTE MUST INCLUDE DELIVERY TO: 36 CES/CEF 17002 ARC LIGHT BLVD. YIGO, GUAM 96929 Required delivery schedule: No later than 4 weeks after date of contract. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award ścare of ť will not be accepted. All quotes must include registered DUNS, CAGE code, Tax ID, and small business status. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. 1.Price Quote - Prices must be submitted for CLINS 0001-0002. This is an all-or-none request; multiple awards will not be made. Prices must be inclusive of shipping. Do not give a separate quote for shipping. Shipping costs must be included within the line items listed. 2.Technical Acceptability “ Specifications including any brand and model numbers must be included with quote. Delivery schedule must be included with quote. FAR 52.212-2, Evaluation ”Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications under CLINS 0001 - 0002 and providing the information required by FAR 52.212-1. Technical acceptability includes the ability to meet the required delivery schedule. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATINGDEFINITION AcceptableQuote clearly meets the minimum requirements of the solicitation. UnacceptableQuote does not clearly meet the minimum requirements of the solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered and active in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; 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--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6 Total Small Business Set Aside, FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act “ Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management. Additional provisions and clauses that apply to this acquisition are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III. Submit quotes via email to Amber San Gil at amber.sangil@us.af.mil and JoAnnelle Nededog-Flores at joannelle.nededog-flores@us.af.mil. Responses to this RFQ must be received via e-mail no later than 1000 hours EST on 16 June 2014. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor ™s responsibility to request and receive confirmation of quote receipt.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019214Q7035/listing.html)
- Record
- SN03384702-W 20140606/140604234451-68f46910b37da11b9c6b574bfdaaee53 (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 |