Federal Bid

Last Updated on 26 Sep 2011 at 8 AM
Combined Synopsis/Solicitation
Crosslake Minnesota

Carts - Electric 48V

Solicitation ID W912ES-11-T-0098
Posted Date 15 Aug 2011 at 10 PM
Archive Date 26 Sep 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Crosslake Minnesota United states 33507
 

15 August 2011

 

i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 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.

 

ii) Solicitation Number: W912ES-11-T-0068, this is being issued as a request for quotes (RFQ).  Quotes are due no later than 2 September 2011 at 10 am. CDT.

 

iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular.

 

iv) This procurement will be set-aside for small business concerns under NAICS code 336999, Size Standard 500.

 

v) Requirements are defined as follows:

 

SPECIFICATIONS FOR UTILITY VEHICLE:

 

48 Volt Electric Drivetrain

Headlights

Tail lights

Brake Light

Turn signals

Windshield

Front Bumper

Horn

Seatbelts

Top/roof

Sate of Charge Meter

Chargers

Electric Dump

 

(Equivalent to: E-Z Go MPT 1000 E)

 

 

Prices shall include delivery of one cart each to the two locations listed below.  Product must be delivered before December, 2011

 

 

 

 

1 cart to be delivered to each location listed below:

 

Gull Lake Recreation Area

10867 E. Gull Lake Dr.

Brainerd, MN  56401

 

Crosslake Recreation Area

35507 County Rd 66

Crosslake, MN  56442

 

 

POC for this contract is Corrine Hodapp 218-692-2025.

 

 

vi) FAR 52.212-1 Instructions to Offerors - Commercial applies to this solicitation.

Addendum to 52.212-1(b)(5)

Terms of Express Warranty

1. The Contractor shall provide the standard commercial warranty or the warranty terms the Contractor offers to its most favorable customers, whichever is greater; however, the minimum warranty shall be one year. This excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, and installation.

2. The contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the express warranty shall be the responsibility of the contractor providing the warranty. The Contractor and its suppliers may offer extended warranties in its quote, which may be accepted at the Government's discretion and included in the contract award. However, the offer of additional warranties will not affect technical acceptability or favor one contractor over another.

3. The contractor's terms of express warranty shall be incorporated into the contract award.

 

vii) FAR 52.212-2, Evaluation - Commercial Items does apply to this solicitation.

 

Evaluation of Proposals

 

(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:

 

Quotes shall be evaluated IAW FAR Part 13 - Simplified Acquisition Procedures.

Quotations will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable quote.

The following factors will be used to evaluate offers:

(i) Technical capability of the offeror to provide items that meet the government's requirement.

To be considered for evaluation, all Contractors may submit an electronic proposal to the following email addresses no later than the stated due date. Submit an electronic proposal to christopher.g.dake@usace.army.mil.You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date. Submission of proposals via fax will not be accepted.

Late Quotes

Proposals that are received late in accordance with FAR 52.212-1(f) will not be considered for award.

Late quotes will be considered late.

 

 (b) 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)

 

viii) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA).  Clause 52.212-3 may be found in the attached document or at http://farsite.hill.af.mil/.

 

ix) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition.

 

x) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable:  52.222-3, 52.222-19, 52.222-21 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, DFARS 252.212-7001, 252.232-7003, 252.247-7023,

 

xiii) Other applicable clauses, 52.225-18, 52.225-25, 52.247-34, 52.252-1, 52.252-2, 252.203-7002, 252.204-7004 Alt A, 252.232-7010, 252.243-7001

 

xiv) Defense Priorities and Allocations System (DPAS) - not applicable.

 

xv) Offers are due - not later than 2 September 2011 at 10am CDT.

 

xvi)  INSTRUCTIONS TO OFFERORS

 

To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services.

Submit an electronic proposal to christopher.g.dake @usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above.

Quote Preparation Instructions

NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc...) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote.

1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449 or submit alternate document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability.  In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments.

2. Contractors shall insert proposed unit ("UNIT PRICE") and extended prices ("AMOUNT") in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted.

3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable.

4. Quoters shall provide all technical submittals and information as requested in these specific instructions.

5. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions.

6. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov.

7. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142.

Electronic Quote Format

All quote information shall be provided on, or formatted to, standard paper size.

Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6."

For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, christopher.g.dake@usace.army.mil.

 

See attached document for further explanation

Bid Protests Not Available

Similar Past Bids

Location Unknown 11 Aug 2014 at 3 PM
Broadway New jersey 10 May 2013 at 5 PM
San diego California 22 Sep 2020 at 4 AM
West point New york 07 Jul 2010 at 3 PM

Similar Opportunities

Okinawa Okinawa prefecture 16 Jul 2025 at 3 PM
Ellsworth air force base South dakota 29 Jul 2025 at 7 PM
Mobile Alabama 11 Jul 2025 at 1 PM