Federal Bid

Last Updated on 15 Oct 2006 at 4 AM
Combined Synopsis/Solicitation
Ash North carolina

99 -- Utility/ Shuttle Vehicles

Solicitation ID Reference-Number-F2XTB96264A400
Posted Date 29 Sep 2006 at 4 AM
Archive Date 15 Oct 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa3300 42 Cons Cc
Agency Department Of Defense
Location Ash North carolina United states 36112
"BRAND NAME JUSTIFICATION FOLLOWS AS IS: 1. In order to complete our existing fleet, the 908th Maintenance Group has a requirement to purchase additional E-Z-Go shuttle and utility carts. The proposed carts will be utilized within the Maintenance Group in supporting aircraft maintenance within 13 flights, situated in various locations on Maxwell Air Force Base, AL. At the present time, the 908th Airlift Wing has an inventory of 34 carts, with 30 located within the Maintenance Group. Purchase of the E-Z-Go brand will provide continuity not only in the Maintenance Group but also throughout the entire 908th Airlift Wing. 2. Familiarity with E-Z-Go carts presents an advantage to the Maintenance Group in that personnel know how to properly operate, provide maintenance and install replacement parts. Purchase of another brand would require training for personnel to operate and maintain, as well as locate a supplier for different brand replacement parts. The purchase of the E-Z-Go brand would also provide the Maintenance Group with the advantage of dealing with one contractor for problems, service, etc., as well as having several sources in the Montgomery area for replacement parts. 3. It is in the best interest of the government to award this requirement to E-Z-Go or a supplier of the E-Z-Go brand of carts. This request is in compliance with FAR 6.303."This is a re-solicited combined synopsis/solicitation for commercial items that was originally solicited under F2XTB96243A400 and is 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; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F2XTB96264A400 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 (19 Apr 2006) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20060412. It is the offerors responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of the following items: The type of contract is fixed price. This requirement is being advertised as a small business set aside. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. Offerors? pricing must be valid through 30 September 2006. The 42nd Contracting Squadron at Maxwell AFB, AL requests proposals to provide the following items: Item 0000: EZ-Go Utility Cart, MPT 1200G, Color: Hunter Green, gas engine, P/N 76198G01; 1200lb load limit, 11hp engine; 350cc displacement; QuietDrive Powertrain twin cylinder, overhead cam, 4-cycle air cooled engine, electronic ignition, 12 volt electrical system, and CVT. Transmission: reverse warning indicator, electric horn, console with 4 cup drink holder and E-shield. 45?w x 36?l x 13.75 deep rotomolded poly bed. Durashield thermoplastic elastomer front body with automotive paint finish and galvanneal steel rear body. 4 Each The following are Optional items: Item 0001: Brake Lights, P/N 74668GXX; 4 Each Item 0002: Headlights and tail lights, P/N 70762G01; 4 Each Item 0003: Trailer hitch receiver, P/N 74270G11; 7 Each Item 0004: Hour Meter P/N 75114G01; 4 Each Item 0005: Low oil pressure indicator/Analog fuel guage, P/N 71121G16; 4 Each Item 0006: Turn signals w/ 4-way flasher, P/N 750107G01; 7 each Item 0007: Curtis Cab w/o doors white in color, P/N 75854G02; 4 Each Item 0008: Door Set, vinyl, white in color, P/N 75855G02 4 EachItem 0009: Battery upgrade, 250AH (Shuttle) P/N 73220G07; 3 Each Item 0010: State of Charge meter, (shuttle) Papplies to this acquisition. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov and provide a completed DFARS 252.225-7001, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. Clauses and provisions may be accessed via the Internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Feb 2006); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); and 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004);. The following DFARS clauses are hereby incorporate into this solicitation: 252.204-7004, Required Central Contractor Registration (Nov 2001); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Jun 2005); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations and 5352.201-9101, Ombudsman (Aug 2005) applies. The following Maxwell AFB clauses are hereby incorporated into this solicitation: Maxwell 45 Required Insurance (September 2000); Maxwell 114, Required Posters (February 2003); Maxwell 119 WAWF-Electronic Submission of Invoice (May 2006). The Defense Priorities and Allocations System rating is C9E. A due date for offers will be 4 P.M., central time, 27 September 2006. Offers may be mailed to 42nd Contracting Squadron, 50 Lemay Plaza South, The point of contact (POC) for this request is TSgt Derrick Percival who can be contacted by the following mail: 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334; Fax: (334) 953-3341; Phone: (334) 953-6218; email: [email protected].
Bid Protests Not Available

Similar Past Bids

Ash North carolina 08 Sep 2008 at 11 PM
Ash North carolina 24 Aug 2010 at 2 PM
Ash North carolina 23 Sep 2008 at 10 PM
Ash North carolina 24 Sep 2009 at 9 PM

Similar Opportunities

Location Unknown 11 Jul 2025 at 3 PM
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)