Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
SOLICITATION NOTICE

23 -- Utility Vehicles - Solicitation

Notice Date
1/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8224-15-R-0022
 
Archive Date
2/25/2015
 
Point of Contact
Brian J. Goodrich, Phone: 8015862089, Matthew Anderson, Phone: 8015869166
 
E-Mail Address
brian.goodrich.1@us.af.mil, matthew.anderson.55@us.af.mil
(brian.goodrich.1@us.af.mil, matthew.anderson.55@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Utility Vehicle Purchase Description 6Jan2015 FA8224-15-R-0022 Solicitation The OO-ALC/PZIMB, Hill AFB Utah, intends to solicit, negotiate, and award a Firm Fixed Price contract for 11 Utility Vehicles to the responsible quoter whose proposal conforms to the solicitation, which will be most advantageous to the government. The Government reserves the right to not make an award at all. This is a commercial acquisition, being procured under FAR Part 12. Responsible quoters shall provide pricing for the items below: (FAR Clause 52.247-34 F.O.B. destination will be used. Include shipping in the quoted prices of the individual items.) The Air Force is procuring: 1. 11 Utility Vehicles in accordance with the attached Purchase Description. EVALUATION CRITERIA AND BASIS FOR AWARD Offers will be ranked by price from lowest to highest. Then beginning with the lowest they will be evaluated to ensure they meet the technical requirements, including the delivery schedule. As soon as an offer is found that meets the technical requirements, the evaluation will end, the more expensive proposals will not be evaluated. Significant evaluation factors are (i) technical acceptability (Pass/Fail) of the item(s) offered to meet the Government requirement, and (ii) price. * Price will be evaluated first. * Second technical acceptability will be evaluated on a pass/fail basis by determining whether the item(s) proposed meet all requirements: * Delivery schedule. INSPECTION AND ACCEPTANCE CRITERIA Deliverables will be inspected upon arrival. DELIVERY Delivery will be determined as a pass or fail technical requirement with the following schedule: 3 months ARO. SHIPPING ADDRESS 309 MXSG 5832 H Ave. Bldg 843 Bay G Hill AFB, UT 84056-5716 PROVISIONS AND CLAUSES The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. The following clauses apply to this acquisition: 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 including subparagraphs: and 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) A quotation including all required items (all or nothing) 2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 3) This is a Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to extend an award as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state, "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations shall be sent to: brian.goodrich.1@us.af.mil All offerors shall ensure the solicitation number is in the subject line of the email. If a hardcopy is being mailed, include the solicitation number on the outermost packaging. The entire solicitation will be made available only on FedBizOpps (FBO) website at: https://www.fbo.gov/. All current/future information about this acquisition, i.e. solicitation, amendments, purchase specification, and Q &A's will be distributed through FBO. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-15-R-0022/listing.html)
 
Place of Performance
Address: To be determined, United States
 
Record
SN03626119-W 20150129/150127234805-9b77f01cf5a6a537c0bf03a1bc7f1a80 (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.