Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

23 -- Polaris Rangers

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
441221 — Motorcycle Dealers
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-05-Q-0051
 
Response Due
4/25/2005
 
Archive Date
5/10/2005
 
Point of Contact
Michael Haydo, Contract Specialist, Phone 229-257-3226, Fax 229-257-4032, - Bryan Ewing, Contract Specialist, Phone 229-257-4717, Fax 229-257-4032,
 
E-Mail Address
michael.haydo@moody.af.mil, bryan.ewing@moody.af.mil
 
Description
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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-05-Q-0051 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-03, Defense Acquisition Circular (DAC) 91-13 Correction and Air Force Acquisition Circular (AFAC) 2005-0209 The solicitation is Unrestricted. The North American Industry Classification System is 441221. The BID SCHEDULE shall be for 6 Each; Polaris Ranger 6X6, Engine Displacement 499cc, Liquid Cooled 4 Valve, 4 Stroke Single Cylinder with Balance, Dry Sump, 2 / 1.89 qts/ltr Oil Capacity, Carburetion 34mm Ev, Fuel Capacity 8.5 / 32.2 gal/lt, Coolant Capacity 2.25 / 2.13 qts/ltr, Alternator 250 Watts Electric Starting, Transmission Auto - PVT (Polaris Variable Transmission) Gear Range Dual Demand, True All Wheel Drive Shaft, Suspension Front McPherson Strut with 6.25" Travel, Suspension Center Prog.; Rate, Fully Ind, A-Arm 5.25" Travel, Suspension Rear Swing Arm Dual Shock, 6.25" Travel, Rear Tire Size 25X12-10, Front Tire Suze 25X10-12, Wheelbase 90", Turning Radius 16 ft, Dry Weight 1410 lbs; Length/Width/Height 120 / 60 / 75", Brakes Front, Actuated 4-Wheel Hydraulic Disk, Box Capacity 1000 lbs, Ground Clearance 7.1", Hitch Towing Capacity 1500 lbs; Headlight 2 Dual Beam (Hi / Lo) 35W Quartz, Brake Light / Tail Light Standard, DC Outlet Dash Receptacle, Color Green; Model A11RF50AA; Seat Belts Installed for Passengers; Max Speed Not To Exceed 41 mph. 2 Each; Full Windshield Steel / Type SA2 Safety Glass and Rear Type SA2 Safety Glass Installed PN 2873436-067. 2 Each; Steel Cab Roof Installed PN 2873871-067 2 Each; Rear Window Panel installed PN 2874030. 2 Each; Front Brushguard Installed PN 2874030. 2 Each; Headlight Protectors Installed PN 2874095. 2 Each; Diamond Plate Aluminum Universal Cargo Box Installed PN 2873688. 2 Each; Strobe Light installed PN 2873014. 2 Each; Accessory Wiring Harness Rear Installed PN 2873868. 2 Each; Winch Kit, Front Mount, 3500 lbs Warm Winch, Mount, Wiring, and Switch Installed PN 2873732. 2 Each; Reciever Hitch Tongue Installed PN 2872121. 2 Each; Ranger Series 10/ 11 Rear Cargo Installed PN 2874005. 2 Each; Rear View Mirrors Installed PN 2874718. 2 Each; Turn Signal Kit Installed. 1 Each; Installation. 4 Each; Metal 4-wheel Wagon, 17 Cubic Foot Capacity for Supplies and Equipment, 16 Gauge Metal Bed; Removable Tailgate, 3 / 4' Diameter Axles, Grease Zerks and 16"X6.5" Pneumatic Tires with Turf Tread for Rugged Areas; PN 2873406; Installed on 6 Each Rangers. 4 Each; 2" Receiver Hitch Tongue, Connects Vehicle to Trailer, Must Be Corrosion Resistance and Include Draw Pin for Connection; PN 2875320; Installed on 6 Each Rangers. DELIVERY: Moody Air Force Base, Valdosta, GA 31699. FOB POINT: Destination Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFEROR’S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. The following listed FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Supplies (41 U.S.C. 10), FAR 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note), FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) The following FAR Clauses apply if marked /X/: / X / FAR 52.211-6, Brand Name or Equal, / / FAR 52.214-21, Descriptive Literature, / / FAR 52.219-6, Notice of Total Small Business Set-Aside, / / FAR 52.222-41 Service Contract Act of 1965. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 25 April 05. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE THE PROPOSAL. Facsimile and/or Email offers will be accepted. Contracting Officer: Mr James Kessel The point of contact for this solicitation is TSgt Michael Haydo, 229-257-3226, (fax) 229-257-4032, michael.haydo@moody.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/347cons/FA4830-05-Q-0051/listing.html)
 
Place of Performance
Address: MOODY AFB
Zip Code: 31699
Country: USA
 
Record
SN00787794-F 20050415/050413214045 (fbodaily.com)
 
Source
FedBizOpps.gov 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.