Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOLICITATION NOTICE

38 -- AFICA - Minot AFB Loader Mounted Snow Blower - Combined Synopsis/Solicitation

Notice Date
5/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-17-Q-4027
 
Archive Date
6/14/2017
 
Point of Contact
TeAnte Cain, Phone: 7017231228, HEIDI SATHER, Phone: 7017233057
 
E-Mail Address
teante.cain@us.af.mil, HEIDI.SATHER.1@US.AF.MIL
(teante.cain@us.af.mil, HEIDI.SATHER.1@US.AF.MIL)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Loader Mounted Snow Blowers. 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20161222. 3) The standard industrial classification code is 3531, NAICS is 333120, Construction Machinery Manufacturing. The Small Business Size Standard for this NAICS code is 1,250 employees. This acquisition will provide for full and open competition. 4) Description: Loader Mounted Snow Blower Attachment - Hitch capable of mounting to a JCB 416 Loader with bolt on coupler, compatible with 2 or 2.5 cubic yard loader, Wireless controls for blower head operation, 102" cutting width and 52" cutting height, Minimum of two reversible augers without ribbons, Minimum of two serrated augers without ribbons, minimum of at least a 36" impeller, Minimum of two 36" helical feeding and chopping systems if unit does not come with augers, 1200 ton per hour snow removal capacity, 150' snow casting distance, 300 degree chute rotation, Headlights on top of blower, Carbide wear shoes, Heated fuel/water separator, Low engine oil shut off, Height of motor above ground no higher than 64". Item Description Qty Unit Price Total Loader Mounted Snow Blower Attachment 1 EA $ $ 1) Delivery shall be F.O.B. Destination to: 5 CES/CEOHP Attn: Justin Porter/701-723-6007 521 Bomber Blvd Minot AFB, ND 58705 Delivery Date: 30 Days ADC unless otherwise specified ____________. 2) Quotes must provided on this form and be signed, dated and submitted by 30 May 2017, 10:00 A.M. CST. Quotes must be electronically submitted via email to the following points of contact. Failure to send quotes to both POCs may result in being eliminated from award. Primary: SrA TeAnte Cain - teante.cain@us.af.mil Alternate: Heidi Sather - heidi.sather.1@us.af.mil 3) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Burnett at ginnafer.burnett@us.af.mil. The following Clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards listed above and the stated delivery date. *All offerors shall submit technical description of the product being offered in sufficient detail, in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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. (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.204-7 System for Awards Management FAR 52.204-10 Reporting on Subcontracting Awards FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.209-6 Protecting Government's Interest 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. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: 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 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-1 Buy American Act-Supplies FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.232-40 Providing Accelerated Payments to Small Business Subs FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 F.O.B Destination The following DFARS clauses and provisions cited are applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.211-7003 Item Identification and Validation DFARS 252.232-7003 Electronic Submission of Payments 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 The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/89d8e0aa26acdb3c33cb24b49bbb7d86)
 
Place of Performance
Address: Minot AFB, Minot, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN04516977-W 20170524/170522234548-89d8e0aa26acdb3c33cb24b49bbb7d86 (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.