(ii) The solicitation number FA4528-16-T-0051 is being issued as a request for quotation.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89.
(iv) This acquisition is 100 percent set aside for small businesses. The North American Industry Classification System (NAICS) code is 332311 with a size standard not to exceed 750 employees.
(v) CLIN 0001 - 24'X5' DUG-OUTS
8 Prefabricated dugouts made from steel with the following specifications:
HR-36 Roof with 2:12 roof pitch, 7'6" eave height. 24 GA. Trim fascia, 4 columns, a surface mount, TGIC poly powder coat w/ zinc rich primer.
(vi) This requirement is for the purchase of 8 prefabricated portable dugouts for Minot AFB softball diamonds. Installation is not required.
(vii) Place of delivery is Minot AFB, ND 58705 and is FOB destination.
(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, price and other factors considered. 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 government advises Offerors to include a completed copy of 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.sam.gov prior to submitting an offer.
(xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.
(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, 52.219-6, 52.222-3, 21, 26, 55.222-19, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33.
(xiii) Additional FAR, DFARS and AFFARS clauses and provisions that apply are:
52.204-7, 52.204-13, 52.223-10, 52.232-40, 52.247-34, 52.252-1, 52.252-2, 52.252-6, 52.253-1, 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 Alt A, 252.204-7011, 252.204-7012, 252.204-7015, 252.209-7991(Dev), 252.211-7003, 252.213-7000, 252.225-7001, 252.232-7003, 252.232-7006, 252.232-7010, 252.244-7000, 252.247-7023, 5352.201-9101, and 5352.223-9000.
(xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement.
(xv) All offerors must submit a quote by 2:00 pm Central Standard Time on Monday, 22 August, 2016. Quotes received after that time may not be considered.
(xvi) Any questions regarding this notice should be directed to A1C Courtney Brown, 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.