Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2022 SAM #7601
SOLICITATION NOTICE

23 -- UTV for EMS

Notice Date
9/20/2022 11:48:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
W7NT USPFO ACTIVITY NDANG 119 FARGO ND 58102-1051 USA
 
ZIP Code
58102-1051
 
Solicitation Number
W50S88-22-Q-0128
 
Response Due
9/23/2022 1:00:00 PM
 
Archive Date
10/08/2022
 
Point of Contact
Tamara Stavenes, Brian L. Erdmann
 
E-Mail Address
tamara.stavenes@us.af.mil, brian.erdmann@us.af.mil
(tamara.stavenes@us.af.mil, brian.erdmann@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 the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions. This solicitation W50S88-22-Q-0128, is being issued as a Request for Quotation (RFQ) for pricing on open market � SAM.gov. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, effective date 10 August 2022. This procurement is a 100% SMALL BUSINESS SET-ASIDE. The NAICS code is 336112 and the small business size standard is 1500 employees. Other NAICS codes will be accepted on a case by case basis. Only quotes submitted by Small Businesses will be considered by the Government. Any quote that is submitted by a vendor that is not Small Business will not be considered for award. DESCRIPTION / MINIMUM SALIENT CHARACTERISTICS ARE AS FOLLOWS: The North Dakota Air National Guard has a requirement for a Four Door Utility Work Vehicle.� The future use is to provide the 119th EMS with one versatile work vehicle. This vehicle requires the capability to operate on pavement and gravel roads - dry, wet or snow/ice covered. The vehicle shall safely hold four to six or more passengers and shall have minimum of four seats with seatbelts and have the applicable safety lighting to operate on base roads. The minimum characteristics of the Utility Work Vehicle are outlined below. CLIN 0001������������������������������������ 4 Door Model Utility Vehicle� � � � � � � � � � � � � � � � � � � � � QTY:� 1 EA CLIN 0002������������������������������������ Shipping� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � QTY:� 1 EA PRODUCT DESCRIPTION (MINIMUM SALIENT CHARACTERSITICS): Functional Characteristics: Utility Vehicle � 4 door model Capable of 4-6 passengers with seatbelts Engine 1100cc or more Hydrostatic Transmission Towing Capacity of 1300 lbs or more Cargo Tie Downs Power-Steering Climate Controlled Cabin (Heater) Cold Weather Package: Coolant Battery Heater Oil Pan Heater Block Heater Front Brush Guard Front and/or Rear Receiver Hitch Winch Interior/Exterior Rearview Mirror Interior/Exterior lighting, turn signals, brake lights, beacon, and front/rear work lights Emergency Light Bar The ability to remove doors for special circumstances Heavy duty suspension Secondary start (pull start) Performance Characteristics: Must have 4-wheel drive capability Must have top speed between 20-40 MPH Must have heavy duty all terrain tires Must include service manual for vehicle Must have standard manufactures warranty Physical Characteristics: Steel Cab with doors and windows Must have Roll-Over Protection System (ROPS) Solid color paint, not camouflage (conservative) Preferred Delivery Date: 90 Days ARO ***It is the vendor's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted ""equal"" item(s). Therefore, the vendor shall submit all technical specifications for the Government to review in order to determine technical acceptability.� Failure to submit technical specifications shall deem the associated vendor�s quote as �non-responsive�. The Government will award the contract to that responsible vendor whose quotation, conforming to the solicitation, will be most advantageous to the Government in terms of best value, considering price and price-related factors included in the combined synopsis/solicitation.� Price and non-price evaluation criteria are equal.� The specific Factors that will be evaluated are as follows: Factor One - Price of product and delivery charges.� Factor Two - Vendor's ability to provide technically acceptable products in accordance with this solicitation.� Factor Three � vendor�s ability to meet delivery requirement identified in this solicitation.� *Brand New items only; �remanufactured� or �gray market� items will not be considered for award. A firm-fixed price purchase order will be issued for these Commercial Items.� All items must be covered by the manufacturer�s warranty. �All materials awarded under this contract are expected to be delivered within 90 days after award. Delivery shall be made to: 119th Wing / NDANG 1400 32nd Ave. North Fargo, ND 58102 *Per FAR Part 19, this acquisition is set aside for Small Businesses. Offerors must have current registration in the System for Award Management (SAM) to compete for this acquisition to include Representations & Certifications. Instructions and information can be found at www.sam.gov . The Department of Defense requires vendors to submit invoices in the Wide Area Workflow System (WAWF); please go to https://wawf.eb.mil/ for more information. *This is an ""All or Nothing"" requirement; no split-awards shall be made for this acquisition.� Quotes received shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive.� ** The NDANG (119WG) is a Federal agency and tax exempt. The NDANG EIN number is 45-0438712 and the ND State Tax exempt number is E-2001. *** Invoicing will be required through WAWF at https://wawf.eb.mil/ and vendors are required to be registered in SAM at https://www.sam.gov. ***Submission of a quote does not obligate the government to make an award. Quotes may be submitted via e-mailed to the attention of MSgt Tamara Stavenes, tamara.stavenes@us.af.mil or 1LT Brian Erdmann, brian.erdmann@us.af.mil. Quotes are required to be received no later than 1500 (3:00 PM) CST, Friday, September 23rd, 2022. Any questions regarding this RFQ are to be submitted electronically to Tamara Stavenes or Brian Erdmann via email at tamara.stavenes@us.af.mil or brian.erdmann@us.af.mil , no later than Thursday, September 22nd, 2022 by noon (12 PM).� ------------------------------------------------------------------------------------------------------------------------------------------ ** THE FOLLOWING FAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION. THIS LIST MAY NOT BE ALL INCLUSIVE: 52.202-1 Definitions �(Jun 2020) 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements�Representation �(Jan 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting �(Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 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) 52.212-1 Instructions to Offerors--Commercial Items (Nov 2021) 52.212-3 Offerer Representations and Certifications-Commercial Items (Nov 2021) 52.212-4 Contract Terms and Conditions--Commercial Items (Nov 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Jan 2022) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020) 52.219-28 Post-Award Small Business Program Representation (Sep 2021) 52.222-3 Convict Labor (Jun 2003) 52.222-21 Prohibition Of Segregated Facilities (Apr 2015) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (Jun 2020) 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act, Alt II (Nov 2021) 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alt II (Nov 2021) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Jun 2020) 52.232-1 Payments (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply & Service) (Apr 1984) 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: ������������� - Price ������������� - Past Performance ������������� - Technical Acceptability Price: Prices will be evaluated utilizing one or more of the methods in FAR 13.106-2. For an offeror to receive the award prices must be determined to be fair and reasonable. Past Performance: May be based on one or more of the following: (A) The contracting officer�s knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (D) Any other reasonable basis. Technical Acceptability: The government will evaluate the technical data for Brand Name or equal Requirement for the network and graphics cards. ���� Past Performance and Technical Acceptability when combined, are equal when compared to 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) 52.219-6 Notice of Total Small Business Set-Aside. As prescribed in 19.507(c), insert the following clause: Notice of Total Small Business Set-Aside (NOV 2020) ��(a)�Definition.�Small business concern, as used in this clause� �����������(1)�Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. �����������(2)�Affiliates, as used in paragraph (a)(1) of this clause, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103. ������(b)�Applicability. This clause applies only to- �����������(1)�Contracts that have been totally set aside for�small business concerns; and� �� �(2)�Orders set aside for�small business concerns�under�multiple-award contracts�as described in�8.405-5�and�16.505(b)(2)(i)(F). � (c)�General. �(1)�Offers�are solicited only from�small business concerns.�Offers�received from concerns that are not�small business concerns�shall be considered nonresponsive and will be rejected. �����������(2)�Any award resulting from this solicitation will be made to a small business concern. (End of clause) THE FOLLOWING DFARS PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS ACQUISITION: THIS LIST MAY NOT BE ALL INCLUSIVE: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Dec 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.239-7018 Supply Chain Risk (Sep 2018) (DEVIATION 2018-O0020) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jan 2021) 252.246-7007 Contractor Conterfeit Electronic Part Detection and Avoidance System (Aug 2016) 252.246-7008 Sources of Electronic Parts (May 2018) 252.247-7023 Transportation of Supplies by Sea (Feb 2019)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/244b37c8999747afb95482722defbfd5/view)
 
Place of Performance
Address: Fargo, ND 58102, USA
Zip Code: 58102
Country: USA
 
Record
SN06472355-F 20220922/220920230122 (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.