Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
SOLICITATION NOTICE

23 -- Polaris Sportsman 700

Notice Date
5/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
Reference-Number-F13DEA30840100
 
Response Due
5/13/2003
 
Archive Date
5/28/2003
 
Point of Contact
Damon Coon, Contract Manager, Phone 757-764-7581, Fax 757-764-0905, - Scott Bedford, Contract Manager, Phone 757-764-7581, Fax 757-764-0905,
 
E-Mail Address
damon.coon@langley.af.mil, scott.bedford@langley.af.mil
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.eps.gov/. (ii) Solicitation Reference # F13DEA30840100 is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20001213. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition is unrestricted. The North American Industry Classification System (NAICS) code is 441221. The ACC Contracting Squadron has a requirement to purchase a total of twenty-two All-Terrain-Vehicles (ATV?s) for delivery to four Air Force Installations: six units to Langley AFB located in Hampton VA, six units to Nellis AFB located in Las Vegas NV, four units to Seymour-Johnson AFB located in Goldsboro NC, and six units to Malstrom AFB located in Great Falls, MO.(vi) Each ATV shall be a Polaris Sportsman 700 MV, Part # A04CH68MB, or equal (NOTE: Offerors are to include whether or not they are quoting on an or equal and, if equal, provide the manufacturers name, part number and provide descriptive literature of the item): CLIN 0001 ATV with: 4-cycle, twin cylinder, liquid cooled engine with a top speed over 40 MPH. Keyless ignition with Anti-Theft Device, Towing Capacity over 1200 pounds, Turning Radius within 73", a Ground Clearance of 11"inches, Run flat tires, front and rear tie down points, D-Rings (5000 lb rating for air lifting), Halogen headlights, Roll bar, Tail and brake lights, Tow hitch, Front and Rear Winch (2500 lb capacity) and an automatic transmission. CLIN 0002 Shipping Costs (vii) Delivery: Date of delivery shall be by NLT 4 June 2003, Units may be shipped early with prior coordination with receiving unit. Place of delivery for inspection and acceptance will be each base previously identified. Contractor shall state delivery days if delivery cannot be made by 4 June 2003. (viii) The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000), is hereby incorporated by reference. Addendum to FAR 52.212-1. Offer must be itemized and include legible descriptive literature for Sportsman 700 MV or equal for evaluation purposes. (ix) Solicitation provision at FAR 52.212-2, Evaluation, Commercial Items (JAN 1999), is hereby incorporated by reference. Evaluation Commercial Items (JAN 1999) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the government requirement, and (ii) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest priced offer. The area of technical capability is of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the Polaris Sportsman 700 MV or equal literature for compliance with meeting or exceeding requirement specifications. If the offeror fails to provide the descriptive literature, it may be grounds for disqualifying their offer. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (MAY 2001), and 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with their offer. A copy of the Certifications and Representatives can be found at the following website: http://www.eps.gov. (xi) Clause 52.212-4, Contract Terms and Conditions--Commercial Items (MAY 2001) is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2001) (Deviation) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 52.203-3, 52.211-6, 52.211-17, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33, 52.233-3, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, 52.253-1. (xiii) Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (DEC 2000) (Deviation), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 252.204-7001, 252.204-7003, 252.204-7004, 252,212.7001, 252.225-7001, 252.246-7000, 252.247-7023 and, 252.247-7024, 5352.242-9000. (xiv) The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-C9. (xv) Commerce Business Daily numbered note 1 is applicable. (xvi) This announcement will close and quotes are due by 2:00 PM (EDT) 13 May 2003. Signed and dated offers, to include a complete listing of all items, must be submitted to ACC Contracting Squadron/LGCE, Attn: Captain Damon Coon, 130 Douglas Street, 4th Floor Suite 400, Langley AFB, VA 23665-2791. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via mail or facsimile. (xvii) POC: Captain Damon Coon at 757-764-0905, fax 757-764-7447, e-mail damon.coon@langley.af.mil.
 
Place of Performance
Address: Various Locations
 
Record
SN00318746-W 20030508/030506213303 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.