Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

23 -- Amphibious ATV

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441221 — Motorcycle, ATV, and Personal Watercraft Dealers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4A3600096A001
 
Archive Date
6/8/2010
 
Point of Contact
Brett O. Barnes, Phone: 8502838639
 
E-Mail Address
brett.barnes@tyndall.af.mil
(brett.barnes@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3600096A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. The North American Industry Classification System (NAICS) code is 441221. This procurement is 100% set aside for small business. This request for quotation consists of the following items: Item 0001: (Qty 1) New Max Buffalo "or equal" Amphibious ATV with the following features/capabilities: - A dump capable bed that is at a minimum 50" W X 54" L (tailgate can be down to achieve this length) - Unit must be capable of hauling 1000 Lbs or greater on land. - Unit must come equipped with headlights, taillights, a reverse gear, electric start and a trailer hitch. - Have a roll cage and seatbelts - A winch with a 2,500 Lb or greater pull capacity and a minimum of 50' of cable - All tires must be tubeless and the vehicle needs a minimum of 8" of ground clearance Please include technical specifications with Quotes. All quotes must reflect FOB Destination. IAW provision 52.212-2 Evaluation - Commercial Items, the following methods of evaluation will be used in order of importance: technical capability of the item offered to meet the Government requirement and price. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 Alt 1 - Offeror Representations & Certifications-Commercial Items 52.212-5 - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.203-3 - Gratuities 52.203-6 - Restrictions on Subcontractor Sales to the Government with Alternate I 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 - Utilization of Small Business Concern 52.219-14 - Limitations on Subcontracting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.212-7000 - Offeror representations and certifications 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 - Buy American Act-Balance of Payment Program Certificate 252.225-7012 - Preference for Certain Domestic Commidities 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.243-7002 - Requests for Equitable Adjustment 252.247-7023 - Transportation of Supplies by Sea. 252.225-7002 - Qualifying Country Sources as Subcontractors 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Quotes may be transmitted by e-mail to Lt Brett Barnes at brett.barnes@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3600096A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02146704-W 20100513/100511235322-42500d32b8d8d67012347a0d0e9c6191 (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.