SOLICITATION NOTICE
24 -- Diesel Tractor
- Notice Date
- 8/18/2020 2:10:33 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333112
— Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
- Contracting Office
- FA6670 914 AW LGC NIAGARA FALLS NY 14304-5000 USA
- ZIP Code
- 14304-5000
- Solicitation Number
- FA667020Q0006
- Response Due
- 8/26/2020 8:30:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Cynthia Panasiewicz, Delene Kendrick
- E-Mail Address
-
cynthia.panasiewicz@us.af.mil, delene.kendrick.2@us.af.mil
(cynthia.panasiewicz@us.af.mil, delene.kendrick.2@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 FA6670-20-Q-0006 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 2020-06, effective 6 May 2020 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20200408. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This Request for Quotes (RFQ) is for one (1) diesel tractor with attachments, as specified herein.� Submitted quote must be complete, self-sufficient, take no exception to the Statement of Need (SON), and respond directly to the requirements of this RFQ. This requirement is being issued as 100% full and open competition.� This is a total set-aside for Small Business. Only vendors designated as Small Business will be considered for award. The North American Industrial Classification System (NAICS) Code is 333112 (Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing), with a small business size standard of 1,500 employees. The Government intends to award a single firm fixed-price (FFP) purchase order. Delivery terms are FOB DESTINATION. �FOB Destination shall be Niagara Falls ARS, NY 14304.� Delivery pricing must be considered within the pricing and is not separately billable. DESCRIPTION OF REQUIREMENT The contractor shall provide non-personal services to include all personnel, equipment, tools, materials, supervision, and other items necessary to provide diesel tractor, in accordance with the Statement of Need (SON); which is attached to this RFQ and shall become a part of the resulting contract award. �The required item is needed for the purpose of removing snow in direct vicinity of parked aircraft at Niagara Falls Air Reserve Station, Air Force Reserve Command (AFRC). The requested service and required salient characteristics are as follows: Minimum; 3-Cylinder Diesel, Liquid-Cooled Engine >1000cc / > 24 Horse Power Power Take-Off (PTO) w/ Hydraulic Clutch; Live Independent, Mid & Rear Single Speed > 6 Gallon Fuel Capacity High & Low Speed Gear Transmission, Hydrostatic Drive, Rear Differential Lock, 2/2 FWD/REV Four Wheel Drive Disc Brakes Heavy Capacity Axles Power Steering Safety Start Switch Parking/E-Brake Electric Start; Key Start/Stop Gauge Indications; Fuel, Tachometer/Hour Meter, Oil, Coolant Minimum 8� Ground Clearance / Minimum 55� Wheel Base Snow Treading Tires High-Back/Versatile Position Seat Operational Head/Tail Lights Tilt Steering Wheel Foldable Rollover Protection Bar Maximum height cannot exceed 85"" Implements Front Loader w/Guard; 2-Lever (Coupling) Bucket Attachment, Curved, Minimum 70� Lift, 45degree Dump Angle, Minimum 400 lb. Lift Capacity Commercial-grade Front Snow Blower >50� Width; Attachment Electric Controlled Snow Blower Chute/Deflector 4-Point Front Hitch K-Connect PTO System Accessories Deluxe Operator Cab; Lighted Cab Heater Cab Seal Kit Cab Front/Rear Wiper System REQUEST FOR QUOTATION REQUIREMENTS Contractor shall provide a diesel tractor with attachments in accordance with (IAW) the Statement of Need (SON). All quotes shall be valid for 90 days. Attachment 1 � FY20 Diesel Tractor Statement of Need-Jul 20 Attachment 2 � Pricing Worksheet � Quote shall provide detail for each line item in RFQ 914 AMXS Diesel Tractor, Attach 2 Pricing Worksheet. FAR, DFARS AND AAFARS PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this procurement and the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items; Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items - Alternate I at https://sam.gov; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) and specifically the following FAR clauses under paragraph (b) are applicable: �52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b), 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services; DFARS 252.243-7001 Pricing of Contract Modifications;� AFFARS 5352.201-9101 Ombudsman. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/ NOTICE TO OFFERORS This is a competitive commercial acquisition. �The Government intends to award a single purchase order resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, delivery and other factors considered. Evaluation requirements IAW FAR 13, Evaluation based on pricing and other factors: Responses to this RFQ will be evaluated to determine the offeror that presents the best value to the Government. The following factors shall be used to evaluate offers: price, technical capability, delivery schedule, and past performance.� Technical capability is defined as the ability to meet the requirements as stated in the RFQ. Technical acceptability will be determined by a review of proposed product specifications, accomplished by the end-user, to ensure each item meets the requirements as stated. Evaluation of proposals may be made without discussions with the offeror(s). The Government will award a contract to the responsible offeror, whose offer conforming to this combined synopsis/solicitation will be most advantageous to the government IAW FAR Part 13. For the quote to be considered the Offeror will prepare & submit a proposal on the attached price sheet. �Please fill out all requested information, partial quotes will not be considered.� Only firm fixed price offers will be evaluated.� Award will be made (all or none) to one vendor. To be eligible to receive an award resulting from this solicitation, contractors must be registered in the DoD System for Award Management (SAM) located at the following website: https://www.sam.gov 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. RESPONSE DEADLINE Vendors who wish to respond to this notice must send responses via email (subject: FA667020Q0006) NLT August 26, 2020 at 11:30 AM Eastern Standard Time (EST) to Cynthia Panasiewicz at Cynthia.Panasiewicz@us.af.mil. �Quotations must meet all instructions put forth in this solicitation. No phone calls will be accepted for this RFQ.� Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact Cynthia Panasiewicz at cynthia.panasiewicz@us.af.mil �and Delene Kendrick at Delene.Kendrick.2@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2a2e1bc0a9104c2cbc7ba88229273ca5/view)
- Place of Performance
- Address: Niagara Falls, NY 14304, USA
- Zip Code: 14304
- Country: USA
- Zip Code: 14304
- Record
- SN05763375-F 20200820/200818230203 (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 |