SOLICITATION NOTICE
23 -- Ranger Crew XP 1000 EPS or equal - Security Forces Squadron Appendix - Anti-terrorism Statement - Federal Acq. reg. 52-212-3 Alt 1
- Notice Date
- 7/11/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- 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
- F3A3L17081A001
- Archive Date
- 8/5/2017
- Point of Contact
- Guy Cholmondeley, Phone: 6097540699
- E-Mail Address
-
guy.cholmondeley@us.af.mil
(guy.cholmondeley@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- SYNOPSIS - REQUEST FOR QUOTATIONS COMBO Issued By : 87 Contracting Squadron/LGCC 2402 Vandenberg Avenue JBMDL McGuire NJ 08641 Points of Contact : SSgt Cholmondeley, Contract Administrator (609) 754-4699 & MSgt Molina, Contracting Officer (609) 754-4690 RFQ NUMBER: F3A3L17081A001 TITLE: Ranger Crew XP 1000 EPS or equal This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F3A3L17081A001 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% HUBZone set-aside. The North American Industrial Classification System Code is 336112 with a small business size standard of 1K employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: ITEM NUMBER DESCRIPTION PRICE 0001 Ranger Crew XP 1000 EPS or equal 0002 Cargo Bed Mat or equal 0003 Lock & Ride Pro Fit Crew Poly Rear Doors or equal 0004 Lock & Ride Pro Fit Crew Steel Roof or equal 0005 Lock & Ride Pro Fit Front Doors with Hinged Glass Windows or equal 0006 Lock & Ride Pro Fit Poly Tip Out Windshield or equal 0007 Lock & Ride Pro Fit Sliding Window Rear Panel or equal 0008 Lock & Ride XL Storage Box or equal 0009 Polaris HD 4500 LB Winch & Harness or equal 0010 Standard Brush guard- Front or equal 0011 Standard Brush guard-Rear or equal 0012 Wide Angle Rear View Mirror or equal 0013 Polaris Dash Mounte Audio Kit & Harness or equal 0014 Glacier Pro Plow System - 72" Poly Blade or equal TOTAL PRICE: $ Delivery of the system, shall be 20 days ADC. **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1 (attached) QUOTES DUE DATE : All quotes are due no later than 12:00 PM 21 JUL 17. Quotes may be emailed to guy.cholmondeley@us.af.mil or joe.molina@us.af.mil. QUOTATION PREPARATION INSTRUCTIONS : A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and 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) evaluation/award 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 technically acceptable the offeror must include documentation that the items offered meet the salient characteristics listed above. Failure to provide this information will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. ATTACHMENTS : •1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors •2. Security Forces Squadron Appendix •3. Anti-terrorism Statement APPLICABLE PROVISIONS AND CLAUSES : Clauses and provisions incorporated by reference may be accessed via the Interne t at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications 52.228-5 Insurance - Work on a Government Installation 52.252-1 Solicitations Provision Incorporated by Reference ( http://farsite.hill.af.mil/ ) 52.252-2 Clauses Incorporated by Reference ( http://farsite.hill.af.mil/ ) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A System For Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 5352.223-9001 Health and Safety on Government Installations 5352.201-9101 Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred Suspended or Proposed for Debarment 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222.36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A3L17081A001/listing.html)
- Place of Performance
- Address: 87 LRS/LGLO, 3101 Vandenberg ave., JBMDL - McGuire, NJ 08641, JBMDL - McGuire, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN04575303-W 20170713/170711235718-96b6fdd16ea01f1be1d51cce1cbfa9e7 (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 |