Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

23 -- Personal transporters - RFQ Document

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3F80217A001
 
Archive Date
9/25/2010
 
Point of Contact
Jennifer Boutin, Phone: 813-828-4254, Shon E. Johnson, Phone: 813828-2836
 
E-Mail Address
jennifer.boutin@macdill.af.mil, shon.johnson@macdill.af.mil
(jennifer.boutin@macdill.af.mil, shon.johnson@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please use attached document to provide pricing. In your response, please include estimated delivery time. This is a combined synopsis/solicitation for Segway individual transporters. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will NOT be issued. This is a Request for Quotation (RFQ) and the solicitation number is F2V3F80217A001. This RFQ is 100% set-aside for small businesses. Quote shall be valid for 60 days. Mfr part no Manufacturer Product Name Qty Price 21045-00003 Segway Segway X2 (black) 2 each 20419-00001 Segway Segway hard side case 2 each 20658-00001 Segway Aluminum mat 2 each 20740-00001 Segway X2 adventure package 2 each 20782-00001 Segway Parking Stand Kit 2 each Total: EVALUATION of proposals will be based on lowest price. Offerors shall certify appropriate NAICS code in CCR. Delivery date within 30 days of receipt of order highly desired. DEADLINE: Offers are due on 10 September 2010 by 12:00 noon EST. Submit offer, delivery terms, and representation and certification (unless updated and listed on https://orca.bpn.gov/) to the attention of Capt Jennifer Boutin, 6CONS/LGCM by email to Jennifer.boutin@macdill.af.mil. It is the sole responsibility of the offeror to ensure the government has received the offeror's proposal within the mandated time and via an acceptable submittal venue. Ensure your firm is registered with CCR and all information is current. If you are not registered or your information is not current, you need to go to https://www.bpn.gov/CCR/scripts/index.html and fill out a web base application that takes 30-40 minutes to complete. You must have a DUNS number in order to start this process. If you don't have a DUNS number you can obtain one at https://eupdate.dnb.com/requestoptions/government/ccrreg/. It takes two to three business days in order to receive a DUNS number and then two to three business day to receive a CAGE code. Please begin the process as soon as you receive this in order to speed up the contracting process in the event that you're the winning bidder. The new mandatory system called Wide Area Work Flow (WAWF) is now online. This system will speed up your payment processing time and allow you to monitor your payment status online. There are no charges or fees to use WAWF. To help familiarize yourself with this system, a web based training site located at http://wawftraining.com. The Government intends to award a single firm-fixed-price order for delivery at MacDill Air Force Base (MAFB). The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness of price. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 effective 14 July 2010, DFAR DCN 20100507 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) is 336322 and the size standard is 750 employees. BASIS FOR AWARD: Award will be made to the lowest priced offeror that is determined to be responsive to the Request for Quotation. Offeror shall reflect appropriate NAICS code in CCR to be considered responsive. DELIVERY ADDRESS: 7621 Hillsborough Loop Drive Macdill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered, unless already listed in the ORCA database, see https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product, 252.243-7001 Pricing of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) 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 or 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 Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, 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/ACQ, 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), 5352-242-9000, Access To Air Force Installations. In addition, your quote must list your DUNS, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database, or not having the provided NAICS code listed as a small business will make an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3F80217A001/listing.html)
 
Place of Performance
Address: 7621 Hillsborough Loop Dr, Macdill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02273800-W 20100910/100909000607-2b2dc7ca2b16578be43e635470d3d1f0 (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.