Federal Bid

Last Updated on 08 Jul 2010 at 8 AM
Combined Synopsis/Solicitation
Supply North carolina

Hydro Seeder

Solicitation ID FA8601-10-T-0376
Posted Date 08 Jun 2010 at 5 PM
Archive Date 08 Jul 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Supply North carolina United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquistion Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

The solicitation number is FA8601-10-T-0376 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13).

This acquisition is a Small Business Set Aside. The associated North American Industry Classification System (NAICS) code is 333112. Size standard is 500 employees.

CLIN 0001: Hydro Seeder

MINIMUM REQUIREMENTS:

310 Gallon storage tank (260 gallon working capacity)
15HP Kohler gasoline engine
3" x 1 ½" centrifugal pump with direct drive through electric clutch
Mechanical paddle agitation and liquid recirculation
Electric reel package (100' x 1 ½" semi-rigid hose, 1 wide, 1 narrow, and 1 long distance nozzle with remote valve)
Mounted on a 7,000lb. tandem trailer with D.O.T. lights and pindle hook

Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Aug 2009), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (Jun 2008).

Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all.

By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award.

Quotations may be in any format but shall include requirements found in Instructions to Offerors (FAR 52.212-1), including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 30 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB destination. Delivery location is Wright-Patterson Air Force Base, Ohio.

Quotations shall contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Specifications. Quotation shall provide a point-by-point comparison to each item listed in the minimum specifications. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The provisions and clauses incorporated in this solicitation document are those in effect through Federal Acquisition Circular (FAC 2005-41, 13 May 10).

The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition:
52.212-1, Instructions to Offerors
52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements noted in the Minimum Specifications included in this Request for Quotation.]
52.212-3 (ALT 1), Contractor Representations and Certifications;
52.222-22, Previous Contracts and Compliance Reports (Feb 1999);
52.222-25, Affirmative Action Compliance;
52.252-1, Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/

52.212-4 Contract Terms and Conditions - Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items
Including:
52.219-6 Alt 1 -- 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;
52.222-26 -- Equal Opportunity;
52.222-36 -- Affirmative Action for Workers With Disabilities;
52.225-13 -- Restrictions on Certain Foreign Purchases;
52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration;
52.252-2 Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/

The following DFARS Clauses, either by reference or full text, apply to this acquisition:
252.211-7003, Item Identification and Validation. - Fill-in to be determined before contract award.
252.212-7000, Offeror Representations and Certifications--Commercial Items.
252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items
Including:
252.225-7001, Buy American Act and Balance of Payments Program.
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
252.247-7023 Alt III, Transportation of Supplies by Sea.
252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003);

The following AFFARS Clauses, either by reference or full text, apply to this acquisition:
5352.201-9201, Ombudsman (Apr 2010).
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Howard E. Marks., Jr., ASC/ACH, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel 937-255-8642, e-mail: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/.

Quotations AND completed representations and certifications are due by 4:00 p.m. (EST), Monday, 18 June 2010, to:

Daniel Enders, 88 CONS/PKBB
Fax is 937-656-1412 (ATTN: Daniel Enders).
E-mail is: [email protected].

Mailing Address:
ATTN: Daniel Enders
88 CONS/PKBB
1940 Allbrook Drive, Suite 3
Wright-Patterson AFB OH 45433

Questions should be directed to Daniel Enders at Phone 937-522-4625.

Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Aug 2010 at 4 PM
Pollock Louisiana 27 Aug 2009 at 1 PM
Location Unknown 09 Sep 2021 at 4 AM
New milford Connecticut Not Specified
Travis air force base California 15 Apr 2021 at 4 AM

Similar Opportunities

Eielson air force base Alaska 22 Jul 2025 at 7 PM
Pennsylvania 08 Aug 2025 at 4 AM (estimated)
Pennsylvania 08 Aug 2025 at 4 AM (estimated)
Fort polk Louisiana 12 Jun 2026 at 4 AM (estimated)