Federal Bid

Last Updated on 02 Jul 2014 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Polaris ATV

Solicitation ID FA4608-14-Q-0033
Posted Date 28 May 2014 at 4 PM
Archive Date 02 Jul 2014 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, FA4608-14-Q-0033, 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 2005-73 Effective 29 Apr 2014). This procurement is 100% small business set-aside. The NAICS code is 336112 and the small business size standard is 1000 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 are requested in this solicitation.

The items being procured are:

CLIN 0001: R14WH76AA Ranger Crew 800 EFI Sage Green
Qty: 3 each

CLIN 0002: 2878268 Full Size Poly Flip-Up Windsheild
Qty: 3 each

CLIN 0003: 2878755 Full-Size Crew Lock & Ride Poly Sport Roof
Qty: 3 each

CLIN 0004: 2879685 Crew Battery Connection Cable Kit
Qty: 3 each

CLIN 0005: 5414099 MDC Spare Stock Tire
Qty: 12 each

CLIN 0006: 279277 Turn Signal Kit
Qty: 3 each

CLIN 0007: 2873014 Strobe Light - Requires Rear Wire Harness
Qty: 3 each

CLIN 0008: 2875013 Rear Wire Harness

CLIN 0009: Installation Of Parts
Qty: 1 each

Note: This requirement is being solicited as a Brand Name J&A. "Or Equal" items will not be accepted and will not be evaluated.

Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: price; 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 and the following addenda. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, 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 System For Award Management, which can be found at https://www.sam.gov/portal/public/SAM. 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:

52.204-1 Approval of Contract
52.207-2 Notice of Standard Competition
52.207-3 Notice of Streamlined Competition
52.207-4 Economic Purchase Quantity-Supplies
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation - Commercial Items
52.212-3 Offeror Representations 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
52.217-3 Evaluation Exclusive of Options
52.217-4 Evaluation of options Exercised at the Time of Contract Award
52.217-5 Evaluation of Options
52.219-1 Small Business Program Representation

 

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
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act
52.225-13 Restrictions on Certain Foreign Purchases
52.225-18 Place of Manufacture
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-- Certification
52.232-1 Payments
52.232-8 Discounts for Prompt Payment IBR
52.232-11 Extras IBR
52.232-23 Assignment of Claims IBR
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 Changes-Fixed Price
52.246-2 Inspection Of Supplies-Fixed Price
52.246-16 Responsibility For Supplies IBR
52.247-34 F.O.B. Destination
52.252-2 Clauses Incorporated by Reference

 


Applicable DFARS clauses included:


252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A
252.211-7003 Item Identification and Valuation
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.243-7001 Pricing of Contract Modifications
252-247-7023 Alt III Transportation of Supplies by Sea

 


The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 3:00 PM (CST), 17 June 2014, 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 A1C Joshua Quap at (318) 456-2629. 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 A1C Joshua Quap, Contracting Specialist, at (318) 456-4843, [email protected] or TSgt Steven Huffines, Contracting Officer, at (318) 456-6887, [email protected].

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Tyndall South dakota 07 Sep 2012 at 3 PM
Location Unknown 07 Aug 2014 at 8 AM
Nellis air force base Nevada 14 Jun 2011 at 10 PM
Holloman air force base New mexico 18 Jul 2012 at 10 PM
Holloman air force base New mexico 20 Jul 2011 at 3 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
Colorado springs Colorado 21 Jul 2025 at 6 PM
Malmstrom air force base Montana 11 Jul 2025 at 8 PM