Federal Bid

Last Updated on 29 Sep 2012 at 9 AM
Combined Synopsis/Solicitation
Tyndall South dakota

Polaris ATVs

Solicitation ID F4A3502216A001
Posted Date 07 Sep 2012 at 3 PM
Archive Date 29 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4819 325th Contracing Sq Pkp
Agency Department Of Defense
Location Tyndall South dakota United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotesthat are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3502216A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 336999. The business size standard is 500 employees.

Contract Line Item Numbers (CLINS):

0001: Polaris, MV850 4x4, Desert Tan, ATV. Item #M12ZN8EAD

Award shall be made in the aggregate, all or none. All quotes need to include FOB destination with items being insured and shipped to Tyndall AFB, FL 32403.

The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers:

1. Technical capability of the item offered to meet the Government requirement
2. Price

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition:
52.212-1 - Instructions to Offerors-Commercial Items
52.212-2 - Evaluation - Commercial Items
52.212-3 -Offeror Representations and Certifications -Commercial Items
52.212-4 - Contract Terms and Conditions - Commercial Items
52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.219-1 Alt I - Small Business Program Representations
52.219-6 - Notice of Total Small Business Set-Aside
52.219-28 - Post-Award Small Business Program Rerepresentation
52.222-3 - Convict Labor
52.222-19 - Child Labor - Cooperation with Authorities and Remedies
52.222-21 - Prohibition of Segregated Facilities
52.222-22 - Previous Contracts and Compliance Reports
52.222-25 - Affirmative Action Compliance
52.222-26 - Equal Opportunity
52.222-36 - Affirmative Action for Workers with Disabilities
52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 - Restrictions on Certain Foreign Purchases
52.233-2 - Service of Protest
52.233-4 - Applicable Law for Breach of Contract Claim
52.247-34 - F.O.B. Destination
52.252-1 - Solicitation Provisions Incorporated by Reference
52.203-7000 - Requirements Relating to Compensation of Former DoD Officials
52.203-7002 - Requirement to Inform Employees of Whistleblower Rights
252.211-7003 - Item Indentification an Valuation Items with Unit Issue Over $5K ONLY
252.247-7022 - Representation of Extent of Transportation by Sea
252.247-7023 Alt III - Transportation of Supplies by Sea (If<$150K)
52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil)
52.252-6 - Authorized Deviations in Clauses
252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.225-7000 - Buy American Act-Balance of Payment Program Certificate
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports.
5352.201-9101 - Ombudsman
52.204-99 (Dev) - SAM
252.232-7006 - WAWF


Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov <http://www.sam.gov> ) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information.

All invoicing shall be submitted electronically through Wide Area Work Flow.

Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product.
Please send any quotes/questions to the POCs listed in this posting NO LATER THAN 14 September 2012, 12:00 PM (CST). Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation.

Bid Protests Not Available

Similar Past Bids

Location Unknown 11 Aug 2014 at 5 PM
Holloman air force base New mexico 20 Jul 2011 at 3 PM
Nellis air force base Nevada 14 Jun 2011 at 10 PM
Holloman air force base New mexico 18 Jul 2012 at 10 PM
Location Unknown 28 May 2014 at 4 PM

Similar Opportunities