SOLICITATION NOTICE
23 -- Six (6) new or used (model year 2012-2016) KEI Class Mini Trucks
- Notice Date
- 9/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-15-0073
- Archive Date
- 9/30/2015
- Point of Contact
- Joshua Dobereiner, Phone: 309-681-6410, Jeffrey C. Neill, Phone: 9792609491
- E-Mail Address
-
josh.dobereiner@ars.usda.gov, jeffrey.neill@ars.usda.gov
(josh.dobereiner@ars.usda.gov, jeffrey.neill@ars.usda.gov)
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation number AG-32SC-S-15-0073 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 336112 (Light Truck and Utility Vehicle Manufacturing), with a small business size standard of 1,000 employees. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Six (6) new or used (model year 2012-2016) KEI Class Mini Trucks, or similar Specifications: • Color - White • Mileage - under 12,000 miles • Condition - If used, like new condition; body and frame with no rust, scrapes, dents, or other damage; interior like new with no damage • Dimensions - overall vehicle length 11'4", wheelbase 58" wide, height at top of cab 70" • Accessories - Heater, Defroster (Air Conditioning optional) • Other Body Parts - Front and rear bumpers; driver and passenger side door rear view mirrors; spare tire; fully enclosed cab • Engine - Type gasoline, displacement 660cc, fuel injected, 3 cylinder, 46 hp • Turning Radius - 13 feet • Drive Train - 4 wheel drive, shift on the "fly", power steering • Dump Body - domestically manufactured (USA), domestically installed with all USA components; in cab body lift controls; dump to provide maximum lift to completely dump contents of body • Cargo Bed Dimensions - 6'4" x 55.5" • Fuel Capacity - 9 gallons • Transmission Type - 4 or 5 speed manual • Turf Tires and Rims - 4-6 ply turf tires • Lift Kit - to accommodate larger tires • Manufacturer's Statement of Origin • Vendor must provide proof of 15 day part availability, proof of extensive part inventory, and proof of service capability The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard United States National Arboretum, Washington, DC and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to josh.dobereiner@ars.usda.gov. This acquisition will be conducted using a Best Value Tradeoff Process authorized at FAR 15.101-1; therefore, the proposal that is determined to be the most beneficial to the Government given appropriate consideration to the evaluation factors will be awarded. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications (including model year of trucks), (2) Price (to include shipping) and must also have satisfactory Past Performance. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-18 Place of Manufacture; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than September 15, 2015, 4:00pm Eastern Standard Time. Questions in regards to this combined synopsis/solicitation are due no later than 1:00 PM EDT on September 9, 2015. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc3d333b547b05279611d75d33ba628f)
- Place of Performance
- Address: Washington, District of Columbia, 20002, United States
- Zip Code: 20002
- Zip Code: 20002
- Record
- SN03870710-W 20150905/150904000125-cc3d333b547b05279611d75d33ba628f (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 |