COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type: |
Combined Solicitation/Synopsis |
Solicitation Number: |
AG-84N8-S-16-0115 |
Posted Date: |
June 20, 2016 |
Response Date: |
June 27, 2016 |
|
|
Product or Service Code: |
2305 |
Set Aside: |
100% Small Business |
NAICS Code: |
336999 |
Contracting Office Address
Attention: Lori Martinez
Utah Acquisitions Support Center
2222 West 2300 South
Salt Lake City, UT 84119
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 88A, May 32, 2016.
The associated North American Industrial Classification System (NAICS) code for this procurement is 336999, with a small business size standard of 1,000.
The Utah Acquisition Support Center is seeking to purchase Two (2) Snowmobiles
All interested companies shall provide quotation for the following:
Supplies
Line Item |
Description |
Quantity |
Unit Price |
Total Price |
0001 |
Snowmobile Designed for high mountain/deep snow operation •- 800 cc or greater •- 2 stroke engine •- Fuel injected •- 163" or greater track frame •- 16" track width •- 2 ½" or greater track profile height/traction lug height •- Reverse •- Hand warmers •- Thumb warmers •- Ice scratchers •- Trailer hitch on rear of snowmobile •- Add on/accessory cargo rack: Must be large enough to cover majority of the exposed tunnel behind the seat and be at least 8" tall on all sides. This accessory will include a taillight relocation kit if one is necessary to accommodate the cargo rack.
All items which are optional and or/not standard equipment will be installed prior to delivery. |
2 |
EA |
|
|
TOTAL: |
|
|
|
Contractor shall deliver to:
Address: |
Fishlake National Forest Richfield Ranger District 115 East 900 North Richfield, UT 84701 ATTN: Kelly Cornwall 435-691-6001 |
|
|
Country: |
UNITED STATES
|
Name of Company:________________________________
Name of Company Representative: ____________________________
Signature of Representative: _________________________ Date: __________________________
DUNS Number___________________________________
Award shall be made to the quoter whose quotation is the lowest-priced technically acceptable
Offeror. The government will evaluate information based on the following evaluation criteria.
The following factors and sub-factors will be used to determine technical acceptability:
Factor #1 - Technical Capability of Item Offered
Subfactor #1 - Ability of Item to Meet Required Specifications - In order to receive a rating of "acceptable" for this subfactor, offer must at a minimum, demonstrate adequate technical capability of the item offered to meet or exceed specifications.
Subfactor #2-Ability to Meet Delivery Schedule - In order to receive a rating of "acceptable" for this subfactor, offeror shall provide a schedule for delivery that meets the desired delivery date.
Factor #2 -Past Performance
Subfactor #1- Recency and relevancy of present/past performance in relation to this effort - In order to receive a rating of "acceptable" for this subfactor, offeror must, at a minimum provide past experience on similar type contract(s). The past experience should indicate successes of the contractor in completing/meeting delivery dates and customer satisfaction. The Government considers "recent" present/past performance to be within the past 3 years The Government considers "relevant" present/past performance to be present/past performance effort involved in similar scope and magnitude of effort and complexities this solicitation requires.
The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth.
NOTE: In accordance with FAR 15.305 (a)(2)(iv)), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined to have unknown past performance. In the context acceptability/unacceptability, "unknown" will be considered "acceptable."
PRICE: Award will be made to the lowest priced offeror that is evaluated as "acceptable" for all non-price factors.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
•1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" (OCT 2015)
•2. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (APR 2016)
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
•· FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (MAY 2015)
Addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial
Items (Incorporated By Reference on Standard Form 1449):
The following clauses are added to the terms and conditions in FAR 52.212-4
FAR 52.204-7 System for Award Management (JuL 2013)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
(DEC 2014)
FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
•· FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (JUN 2016)
•·
The following subparagraphs of FAR 52.212-5 are applicable:
FAR 52.203- Contractor Code of Business Ethics and Conduct (OCT 2015
FAR 52.219-6, Notice of Total Small Business Aside (NOV 2011)
FAR 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)).
FAR 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C.
632(a)(2)).
FAR 52.222-3, Convict Labor (JUNE 2003)
FAR 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246).
FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793)
FAR 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O.
13627).
FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
(AUG 2011) (E.O. 13513).
FAR52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83).
FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations,
and statutes administered by the Office of Foreign Assets Control of the Department of the
Treasury).
FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C.
4505), 10 U.S.C. 2307(f)).
FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL
2013) (31 U.S.C. 3332).
All "quoters," shall submit the following: one (1) copy of quote.
All "quotations," shall be e-mailed to [email protected].
This is an open-market combined synopsis/solicitation for "products" or as defined herein. The government intends to award a "purchase order" as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all "quotes," must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
Quoter shall list any exception(s) and rationale for the exception(s).
Submission shall be received not later than June 27, 2016 at 1:00 p.m., via e-mail. Please contact Kelly Cornwall, 435-896-2326. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Lori Martinez, 801-975-3428, [email protected].
.
Point of Contact
Lori Martinez, 801-975-3428