SOLICITATION NOTICE
37 -- Toro Groundmaster 30722 - Package #1
- Notice Date
- 12/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333112
— Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0071_ToroMowers
- Archive Date
- 1/12/2013
- Point of Contact
- Brian Maser, Phone: 9376684510
- E-Mail Address
-
brian.maser@WPAFB.af.mil
(brian.maser@WPAFB.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification for Toro model 30722 Toro Groundmaster 30722 Hillside Attachment- FA8601-12-T-0071 The U.S. Air Force requires a total of 6 Toro Groundmaster hillside mowing decks to be fitted on Toro Groundmaster 328-D. The anticipated award is Firm Fixed Price - best value. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the solicitation number FA8601-12-T-0071 issued as a request for quotation (RFQ) and is conducted as a commercial item procurement using simplified acquisition procedures (IAW FAR Part 13). quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, 15 Oct 12. Business' capable of meeting the requirement are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 333112. Size standard is 500 Employees. This RFQ has 1 line item: 0001: Qty: 6 - Toro Groundmaster 30722 Hillside mowing decks. No other brand or part number will be accepted. Please include all shipping and handling prices in the quote. More information is available upon email request to Brian Maser at brian.maser@wpafb.af.mil. Proposals must contain the following: - Price quote - Technical information on equipment offered - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in System for Awards Management (SAM) at sam.gov and completing the on-line Representations and Certifications. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The best value offered will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Awards Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at http://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR)/ DFARS provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Statement of Work, as evidenced by providing a complete listing of the equipment to be provided 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 1 to this RFQ); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program (Nov 2012) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. - 52.219-28 Post-Award Small Business Program representation (Apr 2009). - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor-Cooperation with Authorities and Remedies - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010); - 52.225-13,Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) 52.252-6 Authorized Deviations in Clauses. The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.225-7002 Qualifying Country sources as subcontractors (Jun 2012) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); 252.232-7010 Levies on Contract Payments 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012) 252.247-7023 Transportation of Supplies by Sea (May 2002) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: DFARS 252.232-7006 WAWF Electronic Invoicing Instructions; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. ASC/PKO H-002 Delivery Procedures Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - October 2010 (Return with quotation, or register electronically in SAM) Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 13:00 PM Eastern on Friday, 28 December 2012, to: Brian Maser, ASC/ PKOB. E-mail: Brian.Maser@wpafb.af.mil Mailing Address: ATTN: Brian Maser ASC/ PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Brian Maser at brian.maser@wpafb.af.mil or 937-522-4557. Attachment(s): 1) Brand Name Justification
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0071_ToroMowers/listing.html)
- Place of Performance
- Address: WPAFB, WPAFB, Ohio, 45324, United States
- Zip Code: 45324
- Zip Code: 45324
- Record
- SN02947725-W 20121214/121212235020-5a882884a380752abe286f5a9d8ca6c9 (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 |