Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

23 -- 23-Polaris Ranger 6x6 EFI Green # R06RF68AA

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
441221 — Motorcycle Dealers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7000-07-T-0190
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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 is issued as a Request for Quotation (RFQ), solicitation number FA7000-06-T-0190 in accordance with FAR Parts 12 & 13. The North American Industrial Classification System (NAICS) number is 441222 and the business size standard is 500 employees. The proposed acquisition is 100% small business set-aside. THIS IS A BRAND NAME OR EQUAL SOLICITATION IN ACCORDANCE WITH FAR 11.104. THE MANUFACTURER IS POLARIS SALES INC. Description: 0001 Polaris Ranger 6x6 EFI or equal Color: Green 40 hp 700 Twin EFI engine cargo system 1250 lb cargo capacity 15 cu. ft. cargo volume 1750 lb. towing capacity Seat belts Overhead roll-over bar protection 6-wheel drive Quantity: 3 ea. OFFERORS ARE ON NOTICE THAT THIS REQUEST FOR QUOTE/ PROPOSAL IS CURRENTLY AN UNFUNDED REQUIREMENT THAT MAY OR MAY NOT BE FUNDED BY 30 SEP 07. OFFERORS SHOULD ONLY SUBMIT A QUOTE/PROPOSAL IF THEY ARE WILLING TO ABSORB THE BID AND PROPOSAL COSTS REQUIRED TO RESPOND TO THIS REQUEST.Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery is required 30 NOV 07. THIS PRODUCT MUST COMPLY WITH THE BUY AMERICAN ACT (100% MANUFACTURED IN THE USA; AND AT LEAST 51% OF THE COST OF MATERIALS MADE, FABRICATED, PURCHASED MUST BE MADE IN THE USA.) The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, warranted information and a statement that the provision at FAR 52.212-3 has been electronically online at http://orca.bpn.gov/publicsearch.aspx and DFARS 252.225-7000 (http://farsite.hill.af.mil/), Buy American Act-Balance of Payments Program Certificate must be signed and returned with bid. In addition, any acknowledgement of solicitation amendments. Contractors must be registered with Central Contractor Registration (CCR). This is a requirement to do business with the Department of Defense Air Force. No purchase order can be awarded to any company without this registration: www.bpn.gov/CCRINQ. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be evaluated on a pass or fail basis to determine whether the proposed polaris rangers meet the salient physical, functional, or performance characteristics as stated herein. Contractors that are quoting on an or equal shall include in their quote descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. 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 acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: This solicitation 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: http://farsite.hill.af.mil/, FAR 52.242-15, Stop-Work Order, DFARS 252.204-7004 Alt A (NOV 2003), Required Central Contractor Registration Alternate A (Nov 2003), DFARS 252.225-7031, Secondary Arab Boycott of Israel (APR 2003), and USAFA 5352.242-9500, Contractor Access to Air Force Installations (MAY 2003). 5352.201-9101 OMBUDSMAN (AUG 2005)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 USAF Academy Ombudsmen, Tara Petersen 8110 Industrial Drive, Ste 103 Telephone number 719-333-2074 FAX 719-333-9018 email: tara.petersen@usafa.af.mil 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. (End of clause) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (2)(b) 5, 14, 15, 16, 17, 18, 19, 20, 26, 27 and 32. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) and 252.232-7003, Electronic Submission of Payment Requets (Jan 2004). Quotes must be received NLT 3 PM Mountain Standard Time 3 August 2007, at 10th MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or quotes via e-mail to rosario.kinderknecht@usafa.af.mil Or fax TO: Rose Kinderknecht, Contract Specialist (719) 333-9103. Please contact Diana Myles-South, Contracting Officer, 719-333-8560 or email to diana.myles-south@usafa.af.mil in my absence. (End of Text)
 
Place of Performance
Address: 8110 Industrial Drive, Ste 200, USAF Academy, CO, ,
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01346933-W 20070721/070720001716 (fbodaily.com)
 
Source
FedBizOpps 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.