Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

23 -- UTV's

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441228 — Motorcycle, ATV, and All Other Motor Vehicle Dealers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-14-T-0037
 
Archive Date
10/31/2014
 
Point of Contact
Christopher L Hunt, Phone: 6097542862
 
E-Mail Address
christopher.hunt.14@us.af.mil
(christopher.hunt.14@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-14-T-0037 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Effective 25 August 2014 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20140828. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as an unrestriceted requirement and competition is full and open. The North American Industrial Classification System Code is 441228 with a small business size standard of $30.0 million. The government intends to issue a firm fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001- The purchase of 8 diesel 4X4 UTV's in accordence with the attaced SOW. QTY: 8 Each Delivery 30 Days after Contract Award QUOTATION PREPARATION INSTRUCTIONS: The contract is to be awarded to the responsible offeror whose proposal conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technical acceptable the offeror must provide item descriptions that the items offered meet the specifications identified in the Statement of Work. Price evaluation shall be based on the lowest reasonable price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs APPLICABLE CLAUSES/PROVISIONS: CLAUSES INCORPORATED BY REFERENCE In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil 52.204-7 System for Award Management Jul 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Jul 2013 Awards 52.204-13 System for Award Management Maintenance Jul 2013 52.209-6 Protecting the Governments Interest When Subcontracting with Aug 2013 Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors Apr 2014 52.212-4 Contract Terms and Conditions- Commercial Items May 2014 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Jul 2014 Executive Orders- Commercial Items 52.222-19 Child Labor- Cooperation with Authorities and Remedies Jan 2014 52.222-21 Prohibition of Segregated Facilities Feb 1999 52.222-22 Previous Contracts and Compliance Reports Feb 1999 52.222-25 Affirmative Action Compliance Apr 1984 52.222-26 Equal Opportunity Mar 2007 52.222-36 Equal Opprtunity for Workers With Disabilities Jul 2014 52.223-11 Ozone-Depleting Substances May 2001 52.225-3 Buy American- Free Trade Agreements- Israeli Trade Act May 2014 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 52.225-25 Prohibition on Contracting with Entities in Certain Activities or Dec 2012 Transactions Relating to Iran- Representation and Certifications 52.232-33 Payment by Electronic Funds Transfer--System for Award Jul 2013 Management 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 52.252-2 Clauses Incorporated by Reference Feb 1998 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights Sep 2013 252.204-7000 Disclosure of Information Aug 2013 252.204-7004 Alternate A, System for Award Management Feb 2014 252.204-7006 Billing Instructions Oct 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Jun 2012 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 252.232-7010 Levies on Contract Payments Dec 2006 252.244-7000 Subcontracts for Commercial Items Jun 2013 5352.201-9101 Ombudsman Apr 2014 5352.242-9000 Contractor Access to Air Force Installations Nov 2012 ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Responses/Offers are due 2:00 pm EDT on 15 September 2014. Statement of Work FY14 Vehicle Request for QFEPFs Last Revised 8/18/2014 1. General The 818 GMRS is requesting the approval to purchase 8 vehicles to replace unserviceable All Terrain Vehicles (ATVs). The 818 is responsible for training and rapidly deploying personnel to quickly open airfields in remote locations and extend Air Mobility Command's ability to deploy people and equipment around the globe. 2. Scope of Work The 818 GMRS/FPF requests the purchase of replacement vehicles for the QFEPF UTC. The vendor will be responsible for vehicle set up and delivery to JB-MDL. QFEPF personnel will have access to the vehicles upon set up and delivery. Delivery must be Monday through Friday between the hours of 7:30 AM EST and 3:00 PM EST. No work will be performed on weekends, federal holidays, JB MDL family days or before/after the hours specified on weekdays unless prior approval of the contracting officer's representative is obtained. 3. Equipment Requirement: a. Occupant capacity: 2 (1 Driver & 1 passenger). Security Forces respond to incidents with a minimum of 2 people. b. Fuel type: Diesel. This is necessary because the CRW does not deploy with Mogas, nor can it be easily obtained at most bare base, or austere locations. c. Drivetrain: Selectable 4x4. This is necessary because it must operate and carry heavy loads on/off-road. 4 wheel drive vehicles designed for off-road without a selectable 2 wheel drive option are difficult to control and hazardous on paved surfaces. d. Maximum Overall Dimensions: Length 120", Width 65", Height 90". These dimensions are necessary to fit the current Loadplan. e. Minimum Safety Requirements: Seatbelts, Roll Cage, Cab nets or doors. f. Minimum Payload: 1500lbs. The cargo area needs to be large enough to accommodate items as large as 30" x 40" that weigh up to 1000lbs. g. Minimum Ground Clearance: 10". Obstacles of this size are likely to be encountered in deployed locations. h. Maximum Curb Weight: 1900lbs including fuel. This is required by UTC. i. Minimum Towing Capacity: 700lbs. j. Minimum Speed: 30 mph. The vehicle must be able to reach a minimum speed of 30 mph due to limited response time to incidents on and off base. k. Color: Subdued/tactical/camouflage 4. Deliverables Delivery SHALL occur within 30 days after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-14-T-0037/listing.html)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst, Trenton, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN03495677-W 20140906/140904235356-c6e14f7cccd544fd38502b722aa7e684 (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.