SOLICITATION NOTICE
23 -- Polaris Ranger ETX UTV - Request For Quote (RFQ)
- Notice Date
- 9/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M2M66141AW01
- Point of Contact
- Carolyn D. Hill, Phone: 843-963-5159, Jacqueline Brown, Phone: (843) 963-5857
- E-Mail Address
-
carolyn.hill.1@us.af.mil, jacqueline.brown.1@us.af.mil
(carolyn.hill.1@us.af.mil, jacqueline.brown.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quote document for Polaris Ranger ETX UTV COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)). (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2M66141AW01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 15 Aug 2016. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS Code 336999 with 1,000 employees size standard. (v) The offeror shall submit a itemized quote for eleven (11) each Ranger ETX Utility Terrain Vehicles (UTV), MFG: Polaris Part Number: R16RMA32A1 or EQUAL for use at 437 AMXS at Joint Base Charleston - Air Base (JB CHS-AB), South Carolina. At a minimum shall contain the following characteristics: • On-demand all-wheel drive for traction control during inclement weather and towing non-powered Aircraft ground equipment (AGE). • 1,500 lbs towing capacity with 2" receiver for transportation of heavy AGE equipment on the flight line. • 50 watt headlights for high visibility during hours of darkness • Fully enclosed cab for all weather use • Utility bed for tool and aircraft parts transportation • Electronic fuel injection for cold weather start-up All responsible sources may submit a quote, which shall be considered, using the attached RFQ. (vi) The contractor will be responsible for providing all necessary personnel, labor, supervision, materials, equipment, tools and vehicles as required to supply eleven (11) each Ranger ETX UTV's or equal, for use at 437th AMXS at Joint Base Charleston - Air Base (JB CHS-AB), South Carolina. At a minimum, all specifications identified on the attached Statement of Work (SOW) shall be met and conform to standard commercial/industry safety standards. (vii) Delivery must start within thirty (30) calendar days after award of contract, and must be completed within sixty (60) calendar days after contract award. A firm fixed price contract is contemplated. FOB: Destination (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award (full text of clauses and provisions may be accessed electronically via website http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors - Commercial (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price: The Government will evaluate the total price of the offer for award purposes. 2. Technical Capability: The item proposed, shall meet at a minimum, all the salient characteristics listed in paragraph (v) to be technically acceptable. The Government will evaluate the total price of the offer for award purposes. The Government will award a contract to the lowest priced, technically acceptable offeror. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.211-6, Brand Name or Equal • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O00019)(Feb 2016) are incorporated by reference, however, the following clauses apply: FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses are applicable to this procurement: • FAR 52.204-7, System for Award Management • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards • FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment • FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations • FAR 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • FAR 52.225-13, Restrictions on Certain Foreign Purchases • DFARS 252.225-7001, Buy American Act and Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • DFARS 252.247-7023, Transportation of Supplies by Sea • AFFARS 5352.201-9101 Ombudsman OMBUDSMAN (APR 2015) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations • DFARS 252.223-7008, Prohibition of Hexavalent Chromium (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 19 September 2016 no later than 2:00 PM EST. Requests should be marked with solicitation number F1M2M66141AW01. (xvi) Address questions to Mrs. Carolyn Hill Contracting Specialist, at (843) 963-5159, fax (843) 963-5183, email carolyn.hill.1@us.af.mil or Ms. Jacqueline Brown, Contracting Officer, at (843) 963-5857, fax (843) 963-5183, email jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php) Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2M66141AW01/listing.html)
- Place of Performance
- Address: Joint Base Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN04258558-W 20160908/160907174225-8441502cd47a001247843d706f81adb9 (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 |