Federal Bid

Last Updated on 04 May 2020 at 5 PM
Combined Synopsis/Solicitation
Redstone arsenal Alabama

Kawasaki Mules

Solicitation ID HQ085920Q0002
Posted Date 04 May 2020 at 5 PM
Archive Date 26 May 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Missile Defense Agency (Mda)
Agency Department Of Defense
Location Redstone arsenal Alabama United states 35898

100% Small Business Set-Aside

The following information is provided in accordance with FAR 12.603(c)(2):

(i) 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; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation number is HQ085920Q0002.  The solicitation is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

(iv) The NAICS code is 336991, and the size standard is 1,000 employees.

(v) The line item number(s) and items, quantities, and units of measure, are as follows:

CLIN  Quantity  Unit  Description

0001  10  Each  2019 Kawasaki Mule PRO-DXT EPS DIESEL, in accordance with the attached Specification

0002  10  Each  Windshield, polycarbonate, full coverage, P/N 99994-0753

• Hinged at top, flip-up for ventilation

• Gas struts for support

• Center handle operation

• Secured for shipping, as required to prevent damage from exposure to highway speed wind

0003  10  Each  • Rearview mirror with convex safety glass for wide field of view

• Clamp mounted to roll over protection system

P/N TX750-077

0004  10  Each  Roof, hard plastic, coverage for all seating positions, P/N 99994-0545

• Hinged rear section for tilt bed clearance

• Secured for shipping, as required to prevent damage from exposure to highway speed wind

0005  10  Each  Side Mirrors, Set of Two (Left and Right), P/N 99994-0855

• Convex safety glass for wide field of view

• Clamp mounted to roll over protection system

0006  20  Each  Tires, Front, 26x9.00-R12 , P/N 41009 / 41009-0696

0007  20  Each  Tires, Rear, 26x11.00-R12, P/N 41009A / 41009-0697

0008  40  Each  Valve Stem, Tires, P/N 16126/ 16126-4001

0009  30  Each  Engine Oil Filter, P/N 16097 / 16097-0012

0010  90  Each  Engine Oil, 4-Stroke, Semi-Synthetic for ATVs and UTVs, 5W-40, One Quart, P/N K61021-205A

0011  60  Each  Gear Oil with Limited Slip Additive, API GL-5 for Hypoid Gears, 80W-90, One Quart , P/N K61030-007A

0012  70  Each  Engine Coolant, Pre-Mixed Ethylene Glycol and Water, T-Triazole Additive, One Quart, P/N K61081-004B

(vi) The Missile Defense Agency Directorate for Test Resources, Range Infrastructure Division (MDA/DTRR) has a requirement for ten (10) 2019 Kawasaki Mule PRO-DXT EPS DIESEL, interchangeable spare parts and accessories to support MDA flight tests at Wake Island and Kwajalein Atoll.  Refurbished spare parts are not authorized due to the need to maximize reliability at the remote sites, and due to the harsh sea salt environment at the remote sites which may degrade refurbished parts more quickly than new parts. Only the Kawasaki brand name will meet the Government’s requirements.   A Brand Name Justification is attached to this announcement.

(vii) Required date of delivery for all items is July 30, 2020.  The vendor shall store Mules up to 120 days after purchase and prior to delivery at no additional cost.  Place of delivery and inspection/acceptance will be:

Missile Defense Agency

3302 Hercules Rd

Redstone Arsenal, AL 35898

Receiving POC: Mr. Dennis Smith (256-955-24352)

FOB: Destination

Each unit shall be delivered with a minimum of 1.5 gallons of fuel and a maximum of 1/4 tank of fuel. Units shall NOT be delivered with full fuel tanks.

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.

(ix) Offers will be evaluated based on the reasonableness of prices as determined by the Contracting Officer.

(x) Offerors must include with their offer a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, with no addenda.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.  The following additional FAR clauses cited in this clause are applicable to this acquisition:

52.204-10  Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015)

52.209-6    Protecting the Government's Interest When Subcontracting with Contractors

                  Debarred, Suspended, or Proposed for Debarment (Oct 2015)

52.219-6    Notice of Total Small Business Set-Aside (Nov 2011)

52.222-3    Convict Labor (June 2003)

52.222-19  Child Labor--Cooperation with Authorities and Remedies (Feb 2016)

52.222-21  Prohibition of Segregated Facilities (Apr 2015)

52.222-26  Equal Opportunity (Apr 2015)

52.222-50  Combating Trafficking in Persons (Mar 2015)

52.223-18  Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

52.225-13  Restrictions on Certain Foreign Purchases (June 2008)

52.232-33  Payment by Electronic Funds Transfer—System for Award Management (Jul 2013)

(xiii) The following additional provisions and clauses apply to this acquisition:

Provisions:

DFARS 252.203-7005  Representation Relating to Compensation of Former DoD Officials

                                       (Nov 2011)

Clauses:

DFARS 252.203-7000  Requirements Relating to Compensation of Former DoD Officials

                                      (Sep 2011)

DFARS 252.204-7015  Notice of Authorized Disclosure of Information for Litigation Support

                                      (May 2016)

DFARS 252.211-7003  Item Unique Identification and Valuation (Mar 2016)

DFARS 252.232-7006  Wide Area Workflow Payment Instructions (May 2013)

(xiv) The Defense Priorities and Allocations System (DPAS) rating for this acquisition is DX-C9.

(xv) Offers are due by 4:00 PM Central Standard Time (CST) on May 14, 2020 and must be submitted by e-mail to the Contracting Officer at [email protected] with a cc: to [email protected].

(xvi) For additional information regarding this solicitation, contact Ms. Michelle Leger, Contracting Officer, at the above e-mail address or by phone at 256-450-4663; or contact Ms. LaShonda Fletcher, Contract Specialist, at the above e-mail address or by phone at 256-450-0810.

Approved for Public Release      

20-MDA-10469 (30 Apr 20)

Bid Protests Not Available