SOLICITATION NOTICE
23 -- OSHKOSH Truck Parts - OSHKOSH Part RFQ - OSHKOSH Brand Name Letter
- Notice Date
- 5/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336312
— Gasoline Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W3LC2093A002
- Archive Date
- 5/23/2012
- Point of Contact
- Boonyiam I Thruangsnga, Phone: 907-552-7169
- E-Mail Address
-
boonyiam.thruangsnga@elmendorf.af.mil
(boonyiam.thruangsnga@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- OSHKOSH Brand Name Letter OSHKOSH Part Specifications This is a combined solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. (See attached document for detailed description and quantity of this RFQ) Ship to Joint Base Elmendorf Richardson, AK 99506 This solicitation is for Brand Name Only items. Quotes for other brands will be considered non-responsive to this solicitation. This procurement is a Total Small Business Set Aside. The applicable NAICS code is 336312 with a size standard of 750 employees. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by May 8, 2012 at 12:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC; Contract Specialist, B. Ian Thruangsnga, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7169, Fax: 907-552-7496, and E-mail: boonyiam.thruangsnga@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Ability and Qualifications 2. Price This will be a lowest price technically acceptable purchase. Technical acceptability will be defined as meeting the technical specifications of the Oshkosh parts identified by Part numbers in the specification attachment. Proposed parts that are not Oshkosh parts will be considered technically unacceptable and only new parts are acceptable. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 April 2012. The following provisions apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.212-1 Instructions to Offerors- Commercial Items (Feb 2012) FAR 52.212-3 Alt I Offerors Representations and Certifications - Commercial Items (Apr 2011) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs (Mar 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2012) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010) FAR52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (Mar 2012) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.239-1 Privacy or Security Safeguards (Aug 1996) FAR 52.247.64 Preference of Privately Owned U.S. - Flag Commercial Vessels (Feb 2006) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is a lowest price technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to Contract Specialist, B. Ian Thruangsnga. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: boonyiam.thruangsnga@elmendorf.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3LC2093A002/listing.html)
- Place of Performance
- Address: 673 LRS/LGRV, 8288 GOTT AVE, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02735550-W 20120503/120501235407-7281f9ff7d9c3afe53ab94dc166ffbfb (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 |