Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2015 FBO #4912
SOLICITATION NOTICE

23 -- Ranger Crew - Specs 0001

Notice Date
5/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C0CR5076A001RangerCrew
 
Archive Date
5/26/2015
 
Point of Contact
Vincent Perry, Phone: 3664945
 
E-Mail Address
vincent.perry.2@us.af.mil
(vincent.perry.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clins Read Me 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 F1C0CR5076A001 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) 2005-81. This is a 100% small business set aside. The NAICS code is 336999 and the small business size standard is 500 EMP. The following commercial items are requested: 0001 RANGER CREW Diesel Sage Green R15RUAD1AA Or Equal 4ea 0002 Crew Battery Connection Cable 2879685 Or Equal 4ea 0003 Full-Size Hardcoat Poly Windshield 2879127 Or Equal 4ea 0004 RANGER Rearview Mirror Kit 2879969 Or Equal 4ea 0005 Crew Full-Size Poly Sport Roof 2879642 Or Equal 4ea 0006 RANGER Full-Size / HST / BRUTUS 2878839 Or Equal 4ea 0007 RANGER Full-Size Crew Polaris Pro HD 2880094 Or Equal 4ea 0008 13" LED Light Bar 2880530 Or Equal 8ea 0009 Light Bar Wire Harness 2879863 Or Equal 8ea 0010 Accessory Light Switch 4011500 Or Equal 8ea 0011 RANGER Full-Size Lock & Ride Bed 2879117 Or Equal 4ea (Please see attachments for the detailed list of items & specifications) Shipping TO Address: 36 MRS Supply UNIT 14048 BLDG 23010 ANDERSEN AFB, GU 96543 Submit your quote via email to SrA Vincent Perry at vincent.perry.2@us.af.mil. Responses to this RFQ must be received via e-mail not later than 08:00 AM Chamorro Standard Time (CHST) on Saturday, on 16 May 2015. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred as a result of this request for proposal. Oral quotes will not be accepted. Collect calls will not be accepted. Emailed quotes must be received at the stated addressees' email inboxes 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. The Government has limited capability to accept attachments in quotes and requests that contractors limit quotes to no more than 10 pages. All questions regarding this RFQ must be submitted via email. 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. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Quotes must include information and pricing for at least one CLIN from above to be considered for award. FAR 52.212-2, Evaluation-Commercial Items applies to this request. Award will be based on price. Quotes will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. 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. $500 administrative cost will be added to each quote for evaluation purposes only. Awards will be made to the offeror or offerors that are the best value to the Government, included adjusted administrative costs. (i) Arithmetic Discrepancies. For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the offeror. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. 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 in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: 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 52.211-6, Brand Name or Equal; 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 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; 52.208-4, Vehicle Lease Payments; 52.208-5, Condition of Leased Vehicles; 52.208-6, Marking of Leased Vehicles; 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; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Additional provisions and clauses that apply to this acquisition are: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); 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 252.211-7003, Item Identification and Valuation; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; 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 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (CMSgt Eastman, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 315-449-8569), Ombudsman All quotes, questions, and any requests for more information must submitted in writing and be sent to SrA Vincent Perry at vincent.perry.2@us.af.mil or at 671-366-4945. Attachements: 1.Clins (Excel) 2.CLIN0001 Specifications (Word DOC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0CR5076A001RangerCrew /listing.html)
 
Place of Performance
Address: Andersen AFB, YIGO, Guam, 96929, United States
Zip Code: 96929
 
Record
SN03719928-W 20150507/150505234743-08dc4509e1c806b1a781e77102490ef7 (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.