Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

23 -- 2016 Kawasaki Brute Force 300 ATVs & 2016 Polaris 900 Rangers - Specs - SOW - Attachment #1

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-15-0156
 
Archive Date
9/4/2015
 
Point of Contact
Jeanine J Goral, Phone: 612-336-3353, Carol R. Dingess, Phone: 970-494-7360
 
E-Mail Address
jeanine.j.goral@aphis.usda.gov, carol.dingess@aphis.usda.gov
(jeanine.j.goral@aphis.usda.gov, carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ Attachment #1 SOW Specs for Ranger XP Specs for Brute Force 300 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13 using the format found at FAR Subpart 12.6 - Streamlined Procedures for evaluation and solicitation for commercial items and supplemented with additional information included in this notice. (ii) This solicitation is a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html (iv)The associated North American Industrial Classification System (NAICS) code for this procurement is 336612 - Wildlife Services for a 100% small business set-aside. The Small Business size standard for this NAICS code is 500 employees. (v) Supplies and Quantities needed MFG: Kawasaki 2016 Brute Force 300 qty 10 MFG: Polaris 2016 900 Rangers qty: 2 Delivery / Freight Brand Name or Equal IAW FAR 52.211-6 (vi) Item Description See Attachment #2 & 3 for specifications In accordance with FAR provision 52.211-6 Brand Name or Equal.(b) (1-4): (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (vii) Place(s) of delivery and acceptance and FOB point: USDA APHIS WS 230-B East Pine Avenue Wiggins, MS 39577 Shipment will be FOB Destination and Inspection and acceptance is in accordance with FAR Clause 52.212-4(a) (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) Evaluation-Commercial. Evaluation 13.106-2 (b)(4)(i) Evaluation of quotations or offers. (b) Evaluation procedures. (4) For acquisitions conducted using a method that permits electronic response to the solicitation, the contracting officer may- (i) After preliminary consideration of all quotations or offers, identify from all quotations or offers received one that is suitable to the user, such as the lowest priced brand name product, and quickly screen all lower priced quotations or offers based on readily discernible value indicators, such as past performance, warranty conditions, and maintenance availability; *All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation** In accordance with FAR Provision: 52.211-6 Brand Name or Equal (c) & (d). The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following FAR Provisions apply to this Solicitation. Offers submitted without completion of required Certifications, Representations, and Provisions at the time of submission may be considered nonresponsive. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR Clauses apply to this Solicitation and resulting award. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.252-2 Clauses Incorporated by Reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAY 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX) (xiii) WARRANTIES: Implied Warranty - The Government's post award rights contained in 52.212-4 are the implied warranty of merchantability, the implied warranty of fitness for particular purpose and the remedies contained in the acceptance paragraph. Additional Warrant - : Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. FAR Provision 52.211-6 Brand Name or Equal applies to this solicitation (see attached product info for information on specifications and salient characteristics ) (xiv) regarding (DPAS), input a statement that this requirement does not have a DPAS rating. (xv) Quotes are due August 20, 2015 at 4:00 PM CST. (xvi) Please contact: Jeanine Goral Jeanine.j.goral@aphis.usda.gov Office: 612-336-3353 fax : 612-336-3550 USDA APHIS MRPBS AAMD Procurement 100 North Sixth Street Suite 510C Minneapolis, MN 55403 Or Carol Dingess Carol.dingess@aphis.usda.gov Phone: 970-494-7360 INSTRUCTIONS CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS In order to have a complete quote package, as a minimum, it must contain the following items: Completion of all required items in attachment 1 ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Anyone wishing to do business with the USDA Shall complete certifications electronically at http://sam.gov An offeror shall complete only paragraph (j) of this provision included in the solicitation if the offeror has completed the annual representations and certifications electronically at http://sam.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision included in the solicitation attachment 1. Offers submitted without completion of this provision will be considered nonresponsive. ONLINE A completed Central Contractors Registration at http://sam.gov In accordance with FAR 52.212-1 (k) Central Contractor Registration; anyone wishing to do business with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with http://sam.gov or by calling Central Contractors Registration @ 1-866-606-8220 Potential Vendors must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. The Vendor quote along with the completed Attachment 1 need to be sent to the attention of Jeanine Goral at the Email, Fax, or address listed below by 4:00 PM Central Time August 20, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-15-0156/listing.html)
 
Place of Performance
Address: USDA APHIS WS, 230-B East Pine Avenue, WIGGINS, Mississippi, 39577, United States
Zip Code: 39577
 
Record
SN03824780-W 20150807/150805235121-71b4ed64f3704412c5f2fbb657246043 (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.