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
- 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 |