SOLICITATION NOTICE
23 -- Utility Terrain Vehicle (UTV)
- Notice Date
- 11/26/2024 9:07:11 AM
- Notice Type
- Solicitation
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- FA4654 434 CONF LGC GRISSOM ARB IN 46971-5000 USA
- ZIP Code
- 46971-5000
- Solicitation Number
- FA465425Q0001
- Response Due
- 12/13/2024 1:00:00 PM
- Archive Date
- 12/28/2024
- Point of Contact
- Tim Sparks, Phone: 7656882826
- E-Mail Address
-
timothy.sparks.8@us.af.mil
(timothy.sparks.8@us.af.mil)
- Description
- Utility Terrain Vehicle Grissom ARB Description: Background: The 434 Grissom ARB, Indiana Safety Office has a potential requirement to replace an end-of-life UTV and is soliciting capability and/or product statements from all qualified and interested businesses to gain knowledge of potential qualified sources. The requirement is for one (1) Utility Terrain Vehicle (UTV)The NAICS code is 336999 with a size standard of 1000 employees and the requirement will result in a Firm Fixed Priced contract. A non-manufacturer rule class waiver for the above listed NAICS code is applicable to this acquisition. In accordance with the provision FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) (2023-O0002) (MAY 2024) and FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I (MAY 2024) 024). The Offeror shall complete the annual representations and certification electronically in the System for Award Management (SAM). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The following provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1 (Instructions to Offerors � Commercial Items (Sep 2023) The provision at FAR 52.212-2 (Evaluation -- Commercial Items) (NOV 2021) applies to this procurement (with evaluation consisting of award to the responsible contractor based on the lowest evaluated price, meeting or exceeding the acceptability standards for non-cost factors (low price � technically acceptable). FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) (NOV 2023) applies to this procurement. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (MAY 2024) applies to this procurement. 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (JUN 2020) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; (DEC 2023) 52.204-25, Prohibition of Contracting for Certain telecommunications and Video Surveillance Services or Equipment; (NOV 2021) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. (NOV 2015) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2024) 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-25, Affirmative Action Compliance (APR 1984) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combatting Trafficking in Persons (NOV 2021) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messages While Driving (MAY 2024) 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration (OCT 2018) The following additional FAR clauses apply to this procurement: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems NOV 2021 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-1 Disputes (MAY 2014) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.247-34, FOB Destination (NOV 1991) 52.252-6, Authorized Deviations in Clauses (NOV 2020) The following FAR provisions apply to this procurement: 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17, Ownership or Control of Offeror (AUG 2020) 52.204-20, Predecessor of Offeror (AUG 2020) 52.204-22 Alternative Line-Item Proposal (JAN 2017) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26, Covered Telecommunications Equipment or Services � Representation (OCT 2020) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation (NOV 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.222-22, Previous Contracts and Compliance Reports (FEB 1999) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (DEC 2016) 52.232-23 Assignment of Claims (MAY 2014) The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7003, Control of Government Personnel Work Product (APR 1992) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7020, NIST SP 800-171 DoD Assessment Requirements. (NOV 2023) 252.204-7021, Cybersecurity Maturity Model Certification Requirements. (JAN 2023) 252.204-7022, Expediting Contract Closeout (MAY 2021) 252.211-7003, Item Unique Identification and Valuation (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7001, Buy American and Balance of Payments Program - Basic (FEB 2024) 252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Work Flow Payment Instructions (JAN 2023) (By reference, full text provided in award) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (NOV 2023) 252.246-7008, Sources of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea-Basic (JAN 2023) The following DFARS provisions apply to this procurement: 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation (DEC 2019) 252.204-7024 Notice on the Use of the Supplier Performance Risk System MAR 2023 252.225-7000, Buy American � Balance of Payments Program Certificate - Basic (NOV 2014) 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (JUN 2023) INSTRUCTIONS TO OFFERORS: Submit quotes by email to timothy.sparks.8@us.af.mil no later than the specified date and time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 4:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Valid quotes are to include the following: 2. Technical Submittal: All offerors shall submit the make, model, and technical salient characteristics of the Utility Terrain Vehicles (UTV) being quoted for technical acceptability review. The detailed specifications shall be complete to verify that all salient characteristics are met in accordance with the SOW (Statement of Work). 3. Offerors shall provide the applicable CAGE code or Unique Entity ID with their bid submission and provide FAR 52.212-3 Offerors Representations and Certifications and alternate. (See section C above for details). 4. Offerors shall clearly state the quoted products place of manufacture (country of origin) and the quoted UTV is available for delivery within two months. Quotes received without the above identified information will not be considered for an award. EVALUATION: Quotations will be evaluated on a Lowest-Priced Technically-Acceptable basis. Award will be made to firm that offers the lowest total cost to the Government for the entire item, after a pass/fail evaluation of the contractors� technical submittal. Please note: This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this solicitation or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any contractor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the contractor's qualifications to provide the requirement. Contractors are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to contractors with respect to any information submitted. Electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to the sources sought shall be emailed to Contract Officer Timothy Sparks via email: timothy.sparks.8@us.af.mil Responses must be received no later than 13 December 2024 by 4PM Eastern Standard Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4801cb27d42549a390a6168081f9a276/view)
- Place of Performance
- Address: Grissom ARB, IN 46971, USA
- Zip Code: 46971
- Country: USA
- Zip Code: 46971
- Record
- SN07275969-F 20241128/241126230109 (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 |