Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2020 SAM #6733
SOLICITATION NOTICE

17 -- Kawasaki KLX110L Mini Bikes

Notice Date
5/4/2020 1:08:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336991 — Motorcycle, Bicycle, and Parts Manufacturing
 
Contracting Office
FA8629 AFLCMC WISK WRIGHT PATTERSON AFB OH 45433-7200 USA
 
ZIP Code
45433-7200
 
Solicitation Number
FA8629-20-R-5038
 
Response Due
5/19/2020 10:00:00 AM
 
Archive Date
06/03/2020
 
Point of Contact
Regina Robinson, Amanda Nelson
 
E-Mail Address
regina.robinson@us.af.mil, amanda.nelson.18@us.af.mil
(regina.robinson@us.af.mil, amanda.nelson.18@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
4 May 2020 -- PROPOSAL DUE DATE EXTENDED UNTIL 19 MAY 2020 *** Updated Questions and Answers added 01 May 20 ***See the attachment section *** Updated Questions and Answers added ***See the attachment section **Please note this is an update to change the solicitation number from FA8629-20-R-5036 the original posting on 20�April 2020 to FA8629-20-R-5038** This is a combined synopsis/solicitation (�synopsitation� hereafter), which is expected to result�in award of a Firm Fixed Price contract for commercial items, Kawasaki KLX110L Mini Bikes, as� described in the Statement of Need (attachment 1). The synopsitation is prepared in accordance with�the format in the Federal Acquisition Regulation (FAR) Subpart 12.1 and 13.1, 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. An award,�if any, will be made to the responsible offeror who submits a quote that (1) conforms to the�requirements of the synopsitation; and (2) that submits quotes with the lowest total evaluated�price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government�reserves the right to award without discussions or make no award at all depending upon (1) the�quality of proposals received and(2) the price fair and reasonableness of proposals received. � A Statement of Need (Detailed description of the requirement), provisions and clauses, and specific instructions for submission of quotes, and an explanation of how proposals will be evaluated are provided in this solicitation. **ALL RESPOSIBLE OFFERORS SHALL SUBMIT ALL DOCUMENTATION REQUESTED INCLUDING BUT NOT LIMITED TO THE OFFEROR QUOTATION (See Below)** Synopsitation Number: FA8629-20-R-5038 NAICS Code:�336991 - Motorcycle, Bicycle and Parts Manufacturing Small Business Size Standard:�1,000 Employees - 100% Small Business Set Aside Synopsitation Closing Date:�Proposals must be received not later than 1:00pm Eastern, 5 May 2020 � Contract Line Item Numbers: 0001: Kawasaki KLX110L Mini Bikes (Quantity 20), Inclusive of Shipping 1001: OPTION, Kawasaki KLX110L Mini Bikes (Quantity 20), Inclusive of Shipping � Clauses and Additional Information: The following Provisions and Clauses are in effect: FAR 52.212-1, Instructions to Offerors--Commercial Items *see below FAR 52.212-2, Evaluation - Commercial Items. *see below FAR 52.212-3, Offeror Representations and Certifications - Commercial Items *All offerors are required to complete and submit FAR 52.212-3--- Representations and Certifications through the System for Award Management (SAM) database. If you are not registered in SAM, please fill out the Representations and Certifications form (Attachment 3) and return with your quote. Please note, you will need to be registered in SAM prior to contract award. FAR 52.212-4, Contract Terms and Conditions--Commercial Items *See 252.232-7006, Wide Area Workflow Payment Instructions for invoicing instructions FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items FAR 52.217-5, Evaluation of Options DFARs 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARs 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARs 252.211-7003, Item Unique Identification and Valuation DFARs 252.211-7008, Use of Government-Assigned Serial Numbers DFARs 252.232-7006, Wide Area Workflow Payment Instructions INSTRUCTIONS TO OFFERORS Responsible Offerors shall submit the following for consideration of award: Completed Offeror Quotation (Attachment 2) Technical Description of items being quoted, to include explanation of how Offeror will fulfill the Governemnt�s need (i.e. Product literature and/or other documentation, if necessary) A completed copy of the representations and certifications at FAR 52.212-3 (if the offeror does not already have a signed copy found at www.beta.sam.gov) All quotes should be submitted electronically to the Primary and Secondary Points on Contact via e-mail to: Primary Point of Contact: Regina Robinson, regina.robinson@us.af.mil Alternate Point of Contact: Amanda Nelson, amanda.nelson.4@us.af.mil � Address questions regarding this synopsitation to Points of Contacts listed above.� Correspondence sent via e-mail must contain the subject line �Synopsitation FA8629-20-R-5038.� The entire submission must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any.� E-mails with compressed files are not permitted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).� Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.� The email filter may delete any other form of attachments.� Upon receipt of quotation, the Primary and/or Secondary Point of Contact will confirm receipt electronically. Any solicitation amendments will be remitted electronically via Beta.Sam.gov. By responding to this combined synopsis/solicitation, the offeror is acknowledging agreement with terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is �late� and will not be considered unless it is received before award is made. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. GSA Contract Number (If applicable): Unique entity identifier: (Applies to all offers exceeding the micro-purchase threshold and offers at any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation �Unique Entity Identifier� followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s offer. The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. The overall ranking of all offerors, when any ranking was developed by the agency during source selection. A summary of rationale for award. For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (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: TECHNICAL ACCEPTABILITY and PRICE (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cd920d9cd2ac44c8b0594662971c103e/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05644477-F 20200506/200504230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.