Federal Bid

Last Updated on 04 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
Washington

Kubota UTV's

Solicitation ID F3H3F14227A003
Posted Date 15 Sep 2014 at 2 PM
Archive Date 04 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4600 55 Cons Pkp
Agency Department Of Defense
Location Washington United states

 

COMBINED SYNOPSIS/SOLICITATION:

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; quotes are being requested and a written solicitation will not be issued.  This solicitation is being issued as a request for quotation (RFQ) under FAR subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This combined synopsis/solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-76, dated 25 Aug 14. This requirement is set-aside 100% for Small Business. North American Industry Classification System Code (NAICS) is 336999 - All-terrain vehicles (ATVs), wheeled or tracked, manufacturing, with a size standard of 500 employees. All qualified small businesses under this industry are encouraged to submit quotes.

 

DESCRIPTION OF REQUIREMENT:

Two (2) KUBOTA RTV 1100CW-H Utility Vehicles with the following specifications;

            -24.8 HP 3CYL

            -Diesel

            -4WD

            -Factory Cab w/ Heat & A/C

            -Heavy-Duty Tires

            -Hydraulic Bed Lift

            -Orange Color

            -AM/FM Radios

            -Front Work Lights

            -Rear Work Lights

            -Turn Signal/Hazard Lights

Include Labor and Assembly in price.

This will be a brand name or equal purchase.

 

STATEMENT OF WORK (SOW)/PERFORMANCE WORK STATEMENT (PWS)

There is no SOW/PWS with this requirement and all product description requirements are listed above.

 

DELIVERY OR PLACE OF PERFORMANCE INFORMATION: Bldg. 160, Offut AFB, NE 68113

 

REFERENCES:

The following publications are available electronically at http://farsite.hill.af.mil/

Federal Acquisition Regulation (FAR)

Defense Federal Acquisition Regulation Supplement (DFARS)

Air Force Federal Acquisition Regulation Supplement (AFFARS)

 

SPECIAL INSTRUCTIONS :

Submit offer on company letter head. Quote must contain enough information to allow for adequate award consideration such as CAGE code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. Offerors are required to quote on above specifications.  Incomplete proposals will not be evaluated for consideration of award.

 

All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award.

 

SITE SURVEY PARTICIPANT NAMES DUE BY:

There is no site survey with this requirement.

 

QUESTIONS DUE DATE AND TIME:

All questions concerning this solicitation shall be sent by 11 September 2014 at 1200 Noon CST.

A question and answer (Q&A) will be posted approximately 2 days after all questions are in.

 

OFFER DUE DATE AND TIME:

19 September 2014 at 1200hrs CST.

 

LATE OFFERS:

Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).

 

ANTICIPATED AWARD DATE:

24 September 2014

 

CONTRACTING OFFICE CONTACT INFORMATION:

All offers and questions pertaining to this solicitation shall be sent by mail or email to the address below.

[email protected]

Justin Vann, SrA, USAF,

55 CONS/LGCB

101 Washington Square Building 40

Offutt AFB, NE 68113-2108

 

CLAUSES AND PROVISIONS:

52.204-7               System for Award Management                               JUL 2013

52.204-10             Reporting Executive Compensation and First-Tier Subcontract Awards   JUL  2013

52.209-5               Certification Regarding Responsibility Matters    APR 2010

52.211-6               Brand Name or Equal     AUG 1999

52.212-1               Instructions to Offerors--Commercial Items        APR 2014

52.212-2 Evaluation - Commercial Items                JAN 1999

(i) Technical capability of the item offered to meet the Government requirement;

(ii) Price

52.212-3               Offeror Representations and Certifications --Commercial Items ALT I      MAY 2014

52.215-1               Instructions to Offerors -- Competitive Acquisition           JAN 2004

52.219-1               Small Business Program Representations              APR 2012           

52.219-6               Notice of Total Small Business Set-Aside                               NOV 2011

52.222-50             Combating Trafficking in Persons              FEB 2009

52.223-6               Drug-Free Workplace     MAY 2001

52.223-18             Encouraging Contractor Policies to Ban Text Messaging While Driving      AUG 2011

52.225-13             Restrictions on Certain Foreign Purchases            JUN 2008

52.232-1               Payments            APR 1984

52.232-39             Unenforceability of Unauthorized Obligations    JUN 2013

52.232-40             Providing Accelerated Payments to Small Business Subcontractors           DEC 2013

52.233-3               Protest After Award       AUG 1996

52.233-4               Applicable Law for Breach of Contract Claim        OCT 2004

52.243-1               Changes - Fixed-Price   AUG 1987

52.253-1               Computer Generated Forms      JAN 1991               

252.203-7000      Requirements Relating to Compensation of Former DoD Officials              SEP 2011               

252.203-7002      Requirement to Inform Employees of Whistleblower Rights        SEP 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              

252.204-7011      Alternative Line Item Structure SEP 2011               

252.204-7015      Disclosure of Information to Litigation Support Contractors          FEB 2014

252.209-7002      Disclosure of Ownership or Control by a Foreign Government    JUN 2010

252.209-7998      Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law                MAY 2014

252.209-7999      Representation by Corporations regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law               MAY 2014             

252.223-7008      Prohibition of Hexavalent Chromium      JUN 2013                            

52.225-25             Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications            DEC 2012

252.232-7003      Electronic Submission of Payment Requests and Receiving Reports          JUN 2012

252.232-7006    Wide Area WorkFlow Payment Instructions.

252.232-7010      Levies on Contract Payments     DEC 2006               

252.243-7001      Pricing Of Contract Modifications              DEC 1991                               

252.244-7000      Subcontracts for Commercial Items         JUN 2013              

252.247-7022      Representation of Extent Of Transportation Of Supplies By Sea                 AUG 1992             

252.247-7023      Transportation of Supplies by Sea            APR 2014              

252.247-7024      Notification of Transportation Of Supplies By Sea              MAR 2000

               

PROVISIONS REQUIRING OFFEROR FILL IN:

FAR 52.212-3 must be filled in and returned with offers if offerer does not currently have the Representations and Certifications section of their SAM.gov registration filled out.

 

 

 

 

 

 

 

 

 

 

52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through http://farsite.hill.af.mil.

 

ADDENDUM TO 52.212-1:

 

PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:

1. DUNS Number _________________________________________

2. TIN Number ___________________________________________

3. CAGE Code ___________________________________________

4. Contractor Name _________________________________________

5. Payment Terms (net 30) or Discount _____________________________________

6. Period of Performance___________________________________________

7. Business Type (i.e. small, women-owned, etc.)______________________________

8. Point of Contact & Phone Number________________________________________

9. Fax Number _____________________________________

10. Email address___________________________________________________

11. FOB (destination or origin) _______________________________________

12. GSA number, if applicable to this requirement ___________________________

 

Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. The evaluation criteria are: PRICE. PAST PERFORMANCE IS NOT AS SIGNIFICANT A FACTOR AS PRICE; HOWEVER, PAST PERFORMANCE WILL BE EVALUATED VIA http:/www.ppirs.gov FOR DETERMINATION OF CONTRACTOR RESPONSIBILITY.

 Offerors must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://orca.bpn.gov.

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Aug 2016 at 8 PM
Fort carson Colorado 19 Aug 2009 at 4 PM
Cleveland Ohio 04 Jun 2021 at 2 PM
Location Unknown 06 Sep 2013 at 7 PM
Oklahoma 27 Aug 2021 at 4 AM

Similar Opportunities

California 27 Jan 2030 at 8 PM
Phoenix Arizona 09 Jul 2025 at 9 PM
Welch Minnesota 16 Jul 2025 at 8 PM
Location Unknown 11 Jul 2025 at 3 PM
Louisiana 15 Jul 2025 at 2 PM