This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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, F1C0RH1237A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 333319 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation:
CLIN 0001 - Cylindrical scrubber, 36 inch disk scrub desk size with standard poly brush; foam-filled tires, low profile scrub heads and squeegee assemblies. Thirty gallon/40 gallon recovery tanks; adjustable height position down pressure on disk; 335 AH Batteries and charger; Battery discharge indicator; hour meter. Pads and drivers or brushes must be included. No refurbished items permitted. (QTY. 1 EA). Manufacturer Part #: M5700XP-900D ECH20 or equal.
SHIPPING
There are two options for delivery. Please provide one quote for each delivery method.
Delivery Method 1: Ship directly to Guam (Primary)
36 WG CP
Unit 14003, Bldg 23028
APO-AP 96543-4003
Delivery Method 2: Ship to our DLA consolidation point. The AF will be responsible from getting shipment from Tracy, CA to Guam. (Secondary)
The shipping address is as follows: DEFENSE DISTRIBUTION DEPOT SAN JOAQUIN TRACY DEPOT, CCP WHSE. 30
25600 SOUTH CHRISMAN ROAD
TRACY, CA 95376-5000
The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. Requested items are brand name or equal. Equal items must include all requested parts and measurements. If submitting an equal brand, offers must include a complete description with catalog cuts to include military specifications. All offers must include all items listed above to be technically acceptable. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award.
All quotes must be sent via e-mail to Ms. Scheherezade Roundtree at [email protected]. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Friday, 16 September 2011, 6:00pm Eastern Standard Time.