Federal Bid

Last Updated on 27 Jul 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

FOD Buster Rock Sweeper

Solicitation ID FA4608-13-Q-0024
Posted Date 28 Jun 2013 at 7 PM
Archive Date 27 Jul 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4608 2 Cons Lgc
Agency Department Of Defense
Location 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; quotes are being requested and a written solicitation will not be issued. This solicitation, FA4608-13-Q-0024, 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 2005-61 effective 15 Oct 2012). This procurement is a small business set-aside competition. The NAICS code is 333999 and the small business size standard is 500 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the Central Contractor Registration database. (Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration).The following commercial items is requested in this solicitation.

The items being procured are:

0001 FODBUSTER ROCKSWEEPER 'DOUBLEPLAY' ASSEMBLY. 4 SIDE MOUNTED DEBRIS HOPPERS, TRACTION GEARING/BRUSH DRIVE SYSTEM, 8 FOOT SWEEPING PATH, MODULAR ASSEMBLY WITH NO RIVOTS AND WELDED FRAME, PINTLE HOOK TOWING EYE TO ACCOMODATE HIGH/LOW BUMPERS, ADJUSTABLE SUPPORT JACK, 14 INCH STEEL RADIAL TIRES, STANDARD FLEET WHITE COLOR AND OPERATIONING MANUAL. DELIVERY INCLUDED OR EQUAL

0002 M-103 POWER BAR MAGNETIC SWEEPER OR EQUAL


Note: Equal Items will be acceptable upon determination of technical acceptability.

The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable.

Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Represenationtations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.

Additionally the following clauses and provisions apply to this acquisition:

52.202-1 Definitions
52.203-5 Covenant Against Contingent Fees
52.203-6 Alt I Restrictions On Subcontractor Sales to the Government (Sep 2006) - Alternate I
52.204-7 Central Contractor Registration
52.204-9 Personal Identity Verification of Contractor Personnel
52.211-6 Brand Name or Equal

52.212-1 Instructions to Offerors - Commercial Items (Jun 2008)
52.212-2 Evaluation - Commercial Items (Jan 1999)
52.212-3 Offerer Represenatations and Certification - Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31

52.213-2 Invoices
52.222-3 Convict Labor
52.222-50 Combating Trafficking Persons
52.222-54 Employment Eligibility Verification
52.223-4 Recovered Material Certification
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.225-18 Place of Manufacture
52.232-1 Payments
52.232-33 Payment by Electronic Funds Transfer - Central Contrator Registration (Oct 2003)
52.233-4 Applicable Law of Breach of Contract Claim
52.243-1 Changes - Fixed Price
52.246-2 Inspection of Supplies - Fixed Price
52.247-34 FOB Destination
52.252-2 Clauses Incorporated by Reference

 

Applicable DFARS clauses included:

252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A
252.211-7003 Item Identification and Valuation
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions
252.232-7003, 252-247-7023, 252.247-7024
252.243-7001 Pricing of Contract Modifications

The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 12:00 PM (CST), 12 July 2013, 2 CONS/LGCB, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Kris Tolar at (318) 456-1353. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Kristopher Tolar, Contracting Specialist, at (318) 456-1353, [email protected] or Daniel Carpenter, Contracting Officer, at (318) 456-2201, [email protected].

 

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 21 Aug 2012 at 11 AM
Location Unknown Not Specified
Carlisle Pennsylvania 30 Jul 2014 at 3 PM
Fort leonard wood Missouri 02 Jul 2014 at 6 PM
Location Unknown 28 Mar 2018 at 8 PM

Similar Opportunities

Barksdale air force base Louisiana 11 Jul 2025 at 4 AM (estimated)
Barksdale air force base Louisiana 10 Jul 2025 at 9 PM
New york New york 24 Aug 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)