Federal Bid

Last Updated on 16 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Summit New jersey

Oshkosh Parts

Solicitation ID FA4528-17-Q-DA62
Posted Date 18 Aug 2017 at 2 PM
Archive Date 16 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4528 5 Cons Lgcp
Agency Department Of Defense
Location Summit New jersey United states

1) 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; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.

2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Change Notice 20161222.

3) The NAICS is 33120, Construction Machinery Manufacturing. The Small Business Size Standard for this NAICS code is 1,250 employees. This acquisition is set-aside for 100% Small Business.

Items Description Quantity Total
CLIN 0001 Truck 16D00312 See Parts List Attached $
CLIN 0002 Truck 02D0024 $
CLIN 0003 Truck 91D00562 & 91D00564 $
Total $

4) Delivery shall be F.O.B. Destination to:
5 LRS/LGRV
309 Summit Dr. Bldg. 425
Minot AFB, ND 58705
Delivery Date: 30 Days After Date of Contract (ADC)

5) Quotes must be valid through 30 September 2017. Quotes must be provided on this form and be signed, dated and submitted by by 1 September 2017, 10:00 A.M. CST to both of the points of contact listed below.

6) All questions must be submitted before 24 August 2017, 4:30 P.M. CST. Any questions received after the stated date and time may not be answered. All questions and answers will be posted on FBO as public information.

Primary: SrA Dakota L. Asselyn - [email protected]
Alternate: TSgt James E. Moore - [email protected]

The following clauses and provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process:

1. Price
2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards listed above and the stated delivery date.
*All offerors shall submit technical description of the product being offered in sufficient detail, in addition to the price proposal, to evaluate compliance with the requirements in this solicitation.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished
to the successful offeror, 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)

The following FAR clauses applies to this acquisition:
FAR 52.204-7 System for Awards Management
FAR 52.204-13 Systems for Award Management Maintenance
FAR 52.211-6 Brand Name Or Equal
FAR 52.212-3 Offeror Representations and Certifications- Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.
Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.219-6 Notice of Total Small Business Aside
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Equal Opportunity for Workers with Disabilities
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer
FAR 52.232-40 Accelerated Payments to Small Business Subcontractors
FAR 52.247-34 F.O.B Destination
FAR 52.252-1 Provisions Incorporated by Reference
FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.253-1 Computer Generated Forms

The following DFARS clauses and provisions cited are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials
DFARS 252.204-7003 Control of Government Work Product
DFARS 252.204-7004 Alt A System for Award Management
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.211-7003 Item Identification and Validation
DFARS 252.213-7000 Use of PIPRS in Past Performance Evaluations
DFARS 252.232-7001 Buy American Act and Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payments
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea

The following AFFARS clause cited is applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances

 

Bid Protests Not Available

Similar Past Bids

Columbus Ohio 28 Dec 2022 at 8 PM
Summit New jersey 12 Apr 2017 at 4 PM
Jber Alaska 03 Sep 2013 at 8 PM
Location Unknown 28 Jun 2017 at 7 PM
Wisconsin 09 Apr 2019 at 4 AM

Similar Opportunities

Oshkosh Wisconsin 15 Jul 2025 at 5 PM
Lee's summit Missouri 11 Jul 2025 at 7 PM
Lee's summit Missouri 07 Jul 2025 at 7 PM
Minot air force base North dakota 08 Aug 2025 at 2 PM
Concord Massachusetts 15 Jul 2025 at 4 AM (estimated)