Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOLICITATION NOTICE

23 -- ATV/UTVs with Plow

Notice Date
8/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 124 MSG/MSC, ID ANG, BOISE AIR TERMINAL, 4460 SOUTH BYRD ST., BOISE, Idaho, 83705-8092, United States
 
ZIP Code
83705-8092
 
Solicitation Number
F7D0GC8187A001
 
Archive Date
9/15/2018
 
Point of Contact
William Blyth, , David Dike, Phone: 2084225558
 
E-Mail Address
william.j.blyth.mil@mail.mil, david.c.dike.mil@mail.mil
(william.j.blyth.mil@mail.mil, david.c.dike.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation number F7D0GC8187A001 is issued as a request for quotaiton (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1. This solicitation is set-aside for small business concerns. The assigned NAICS is 336999, and the associated size standard is 1,000 employees. Responses shall be in writing, and delivered to the POC identified in this solicitation, either electronically (e-mail) or in hard copy, not later than Friday, August 31, 2018 at 4:00 PM mountain time. Responses received after the due date and time may not be considered. Description of Requirement The Idaho Air National Guard has a requirement for all-terrain vehicles for the purpose of transportation and snow removal on and around the flight line area. The all-terrain vehicles and applicable salient characteristics are listed in the below line items. This solicitation is issued on a brand-name or equal basis. Line Items CLIN 0001 Manufacturer: Polaris Industries Part No.: Sportsman EPS 570 Utility Edition Qty/Unit: 1 EA Description: 570 cc Engine, 4 Wheel Drive, Automatic Transmission, Power Steering, Ghost Gray color, with 60-inch blade Glacier Pro Plow System (P/N 2880434, 2879630, 2881424, 2879638), Hand Warmers (P/N 2877363), Thumb Warmer (P/N 2877364), Handlebar Mounted Mirror (P/N 2877222), and Storage Cover (P/N 2876614). CLIN 0002 Manufacturer: Can-Am Part No.: Defender Max DPS Qty/Unit: 1 EA Description: 800 cc Engine, 4 Wheel Drive, Automatic Transmission, Power Steering, Green color, Soft Cab Enclosure (P/N 715004344), Terra 45 Winch (P/N 714002838), Winch Electrical Harness (P/N 714003093), Defrost/Heat/Ventilation System (P/N 715004916), Super Duty Plow Kit (P/N 715003416), Flashers & Horn Honk Kit (P/N TSK-CA-DEF-001). Delivery Requested delivery date is 30 Days ARO. Responses to this solicitation shall include FOB Destination shipping terms and be inclusive of all shipping charges. Instructions to Offerors The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition, with the following addenda: 52.204-16Commercial and Government Entity Code Reporting 52.204-22Alternative Line Item Proposal 52.211-6Brand Name or Equal 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7011Alternative Line Item Structure 252.213-7000Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations 252.225-7000Buy American - Balance of Payments Program Certificate 252.225-7031Secondary Arab Boycott of Israel 252.225-7035Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate I) Evaluation The provision at FAR 52.212-2. Evaluation, applies to this acquisition. Offers meeting the salient characteristics described in this solicitation will be evaluated on the basis of price only. Representations and Certifications Responses to this solicitation must include a completed copy of the representations and certifications at FAR 52.212-3, if not completed electronically in the System for Award Management. Contract Terms and Conditions - Commercial Items The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with the following addenda: 52.203-19Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-18Commercial and Government Entity Code Maintenance 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.252-2Clauses Incorporated by Reference 52.252-6Authorized Deviations in Clauses 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003Item Unique Identification and Valuation 252.211-7008Use of Government-Assigned Serial Number 252.225-7001Buy American and Balance of Payments Program 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area Workflow Payment Instructions 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea 52.222-36Equal Opportunity for Workers with Disabilities 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition with the following additional FAR clauses selected: 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.219-6Notice of Total Small Business Set-Aside 52.219-28Post-Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor - Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by Electronic Funds Transfer-System for Award Management 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10-1/F7D0GC8187A001/listing.html)
 
Place of Performance
Address: 4460 S Byrd St, Bldg 503, Boise, Idaho, 83705, United States
Zip Code: 83705
 
Record
SN05057171-W 20180829/180827230939-92cdaba1ab553ac444600dfb0975009e (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.