Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2024 SAM #8251
SOLICITATION NOTICE

23 -- FIRE: 6x6 UTV's, Valley City WMD, ND

Notice Date
6/28/2024 10:29:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
FWS, SAT TEAM 2 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FS224Q0187
 
Response Due
7/5/2024 2:00:00 PM
 
Archive Date
07/20/2024
 
Point of Contact
Freyholtz Ballard, Darla, Phone: 7013393829
 
E-Mail Address
Darla_FreyholtzBallard@fws.gov
(Darla_FreyholtzBallard@fws.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FIRE: 6x6 UTV's, Valley City WMD, ND The U.S. Fish and Wildlife Service, Valley City Wetland Management District (WMD), Valley City ND has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Quotation (RFQ) Number 140FS224Q0187. This announcement constitutes the only solicitation. A written solicitation will not be issued. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) # 2024-05, effective May 22, 2024. The North American Industrial Classification System (NAICS) number is 336999, All Other Transportation Equipment Manufacturing, and the business size standard is 1000 employees. This requirement is a Total Set-Aside for Small Business. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. The government anticipates awarding a firm fixed price purchase order for this requirement. Required specifications/salient characteristics that will satisfy the Government's need for its requirement of quantity 2 (two) 6x6 UTV�s are: -2024 6x6 UTV -minimum 82 HP engine (rotax 976 cc, v-twin) -liquid cooled -payload capacity 1500 lb. minimum -towing capacity 3000 lb. minimum -ground clearance 13 inches minimum -integrated winch 4500 lb. -fuel capacity 10 gallons minimum -2� receiver hitch -must have factory installed roll over protection (ROPS) -heavy duty skid plate -power steering -10 ply tires -Must include manufacturers complete warranty -Delivery FOB Destination to Valley City WMD, Valley City, ND by 1/31/25 -Must be set up and ready for use upon delivery In addition, there is one trade-in item associated with this requirement. Acceptance of the trade-in item is a condition of award. Quoters shall include the trade in item and enter the value of the trade-in within their quote. Quoters shall then subtract the total trade-in value from the total cost of line item so that each bid is submitted with reduction of the trade-in value from the overall total. Photos of the trade-in unit are included. The trade-in unit shall be picked up by the awardee at the time of delivery of the new UTV�s. The trade-in unit is as follows: Trade-in # 1: 2011 Polaris Ranger 6x6 800 EFI: Property number 696659; VIN number 4XAHR76A9C4274089; Hours 550; Condition-fair; normal wear/tear; unit runs Delivery Address: Valley City WMD 11515 River Road Valley City, ND 58072-9619 The Government intends to issue a firm fixed-price contract as a result of this combined synopsis/solicitation to the company that submits a proposal that conforms to the technical specifications, and who, based on the decision of the government, offers the best value to include technical acceptability, delivery timeframe, warranty, and price. The Government reserves the right to award a contract to any other than the lowest priced offer if, in its judgment, the technical superiority outweighs the cost difference. Interested parties shall submit a quote on company letterhead that includes all pertinent point of contact information including point of contact name, email, and phone number, SAM UEI number, business size/type. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. The provisions on pages 10-17 of the B08 Solicitation Clauses and Provisions shall also be completed and submitted with the quote. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offerors must comply with all instructions contained Internet Payment Platform (IPP) DOI Electronic Invoicing, and in FAR 52.212-1, Instructions to Offerors - Commercial Items. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. A best value determination will be made and the evaluation factors are technical acceptability, delivery timeframe, warranty, and price. The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Also included in this acquisition are the following clauses: 52.204-13, 52.204-18, 52.204-19, 52.247-34, 52.252-2, 52.252-4, and 52.252-6. In addition, the following provisions are included in this acquisition: 52.204-7, 52.204-16, 52.204-22, 52.204-24, 52.204-26, 52.204-29, 52.212-3, 52.219-1, 52.223-1, 52.225-18, 52.252-1, 52.252-3, 52.252-5. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and Commercial Services applies to this acquisition, no addenda applies. Additional FAR clauses cited in this clause applicable to this acquisition are: 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.204-27, 52.204-30, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-23, 52.225-1, 52.225-13, 52.226-8, 52.232-33, 52.232-40, 52.233-3, 52.233-4. The full text of any solicitation provision or clause referenced herein may be accessed electronically at https://www.acquisition.gov/browse/index/far/. In order to have a quote considered, quoting vendors must be listed on the SAM.gov website (https://sam.gov) as an active vendor, and must have completed the on-line representations and certifications in SAM.gov by the closing date of this solicitation. Quotes received from firms not actively registered in SAM.gov by the closing date of the solicitation will not be considered. Offers must be received by 5 pm ET July 5, 2024. Offers received after this date and time will be considered non-responsive in accordance with 52.212-1(f) and will not be evaluated. Offers shall be e-mailed to the attention of: darla_freyholtzballard@fws.gov. All questions regarding the subject combined synopsis/solicitation shall be directed to the attention of Darla Freyholtz Ballard at 701-339-3829 or darla_freyholtzballard@fws.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/48a030e272fa4e85900de932b1ceeb08/view)
 
Record
SN07112427-F 20240630/240628230124 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.