(ii) The solicitation number F3C3SV4156A002 is being issued as a request for quotation.
Site visits are optional and are at the contractors expense.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76.
(iv) This is an unrestricted solicitation. The North American Industry Classification System (NAICS) code is 339920 with a size standard not to exceed 500 employees.
(v) 0001- Replace Pinsetters at Bowling Alley (IAW attached Statement of Work)
0001-AA- QTY 11- Two Xli Edge Pinspotters, 220V, 50Hz
Part # 610088105 (Or approved equal)
0001-AB- Standard Tool Kit
Part # 784528012 (Or approved equal)
0001-AC- Xli Edge Standard Spare Kit 220V, 50Hz
Part # 610088044 (Or approved equal)
0001-AD-Pinspotter Maintenance Training, On-site 5-Days Part # 288600061 (Or approved equal)
0001-AE- Shipping and Handling
0001-AF- Installation of the Pinsetters
0002- Replace Bowling Lanes and Approaches (IAW attached Statement of Work)
0002-AA- QTY 22- SPLII Alliance Lane with Ultra Slide Approach
(Includes Pin Deck) per lane (Or approved equal)
0002-AB- Shipping and Handling
0002-AC-Installation
*All quotes shall provide a product that is 100% compatible with the current QubicaAMF system.
**The government will fund CLIN 0001, CLIN 0002, both or NONE.
See attached Request for Quotation.
(vi) The contractor shall provide all labor, materials and equipment's to complete the removal, then installation/replacement of 22 QubicaAMFs current 8270 XL Pinspotters, 22 QubicaAMF bowling lanes and approaches. The installation shall be in accordance with manufacturer's instructions and requirements of the Statement of Work (SOW).
(vii) Place of performance is Minot AFB, ND 58705.
(viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
(ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the government and lowest price technically acceptable. The other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the government.
(x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer.
(xi) The provisions 52.204-7, 52.211-6, 52.252-1 also apply.
(xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.204-10, 52.209-6, 52.222-3, 19, 21, 26, 35, 36, 37, 40, 54, 52.223-18, 52.232-33.
(xiii) Additional FAR clauses that are applicable to this procurement are: 52.203-3, 52.209-7, 52.212-4, 10, 52.225-13, 52.232-40, 52.247-34, 52.252-1, 2, 6, 52.253-1.
(ix) DFARS Clauses that are applicable to this procurement are: 252.203-7000, 7002, 252.204-7003, 252.204-7004 Alt. A, 252.209-7993 (DEV), 252.211-7003, 252.225-7001, 252.232-7003.
(x) AFFARS Clauses that are applicable to this procurement are: 5352.201-9101, 5352.223-9000, 5352.242-9000.
(xi) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement.
(xii) All offerors must submit a quote by 1 pm Central Standard Time on Wednesday September 24, 2014. Quotes received after that time may not be considered.
(xiii) Any questions regarding this notice should be directed to Moises Guzman, 5
CONS/LGCB, 165 Missile Avenue, Minot, ND 58705, (701) 723-4187, or by email to [email protected]. The alternate contact is Carlan Taft at (701) 723-4182 or email [email protected]. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-2895.