Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
MODIFICATION

23 -- Low Speed Vehicle 6X6

Notice Date
6/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
441221 — Motorcycle, ATV, and Personal Watercraft Dealers
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
F5ATAM1137A001
 
Point of Contact
Nelson A. Kraemer, Phone: 8177826195, Nelson A. Kraemer, Phone: 8177826195
 
E-Mail Address
nelson.kraemer@us.af.mil, nelson.kraemer@us.af.mil
(nelson.kraemer@us.af.mil, nelson.kraemer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Descriptions(s): The 301st Operational Contracting at NAS JRB Fort Worth, Texas, intends to award a Purchase Order under Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with format in FAR Subpart 12.6 and 13.5, 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 CSS number F5ATAM1137A001 is issued as a request for quotation (RFQ). This CSS F5ATAM1137A001, incorporated provisions and clauses are those in effect through the FAR Parts Current to Fac 2005-52, Effective 31 May 2011; DFARS Parts Current to DPN 20110606, effective 06 Jun 2011edition; and, AFFARS Parts current thru AFAC 2011-0421, effective 21 Apr, 2011. RESTRICTIONS. This solicitation is set-aside for competitive participation by small business classified as such under the applicable The North American Industry Classification System (NAICS) for this acquisition. This acquisition is being offered under NAICS 441221, with a size standard of 500 employees. REQUIREMENT: 2 each, Low Speed Vehicles. Low Speed Vehicle, color sage green or similar, with installed Pre-Runner Front Brush guard and installed Pre-Runner Rear Brush guard. Details shall be similar or equal to a sage green Polaris Ranger 6x6 800 with installed front and rear Pre-Runner Brush Guards. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation or reference number; (2) the time specified in the synopsis/solicitation for receipt of offers; (3) the name, address and telephone number of the offeror; (4) the price and discount terms (quote FOB Destination); (5) remit to nelson.kraemer@us.af.mil; (6) estimated delivery time; (7) Net Price; (8) acknowledgement of solicitation amendments, if any, or acceptance of offers. The offeror agrees to hold the price in its offer for at least 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. REGISTRATIONS / CERTIFICATIONS: Prior to award registration is Central Contractors Registry (CCR) @ http://www.ccr.gov/ and Online REPS and CERTS (ORCA) at https://orca.bpn.gov/ must be current. CLAUSE & PROVISIONS. The text of the following referenced provision and clauses can be viewed at the following website http://farsite.hill.af.mil. In accordance with FAR Clauses 52.252-1 (FEB 1998) and 52.252-2 (FEB 1998), the following FAR Provisions and Clauses are incorporated by reference: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for acquisition of commercially available off-the-shelf items); FAR 52-212-1, Instructions to Offerors, Commercial Items (JUN 2008); 52.212-2, Evaluation - Commercial Items (JAN 1999). Award will be will be made to the offeror whose proposal represents the best value to the government, with best value criteria being based on price and technical acceptability. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011); 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010); 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAY 2011) (DEVIATION); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)); 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-4, Applicable Law for Breach of Conract Claim (Oct 2004); The following DFAR Clauses are applicable 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICALBE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2011). As Prescribed in DFAR 252.212-7001, the following clauses are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Jan 2009; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2011) (DEVIATION); 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010); 252.247-7023 Transportation of Supplies by Sea (MAY 2002); The following AFFAR Clauses are applicable: 5352.201-9101 OMBUDSMAN; 5352.223-9000, ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003); 5352.223-9001, Health and Safety on Government Installations (JUN 1997). The contract price includes all applicable Federal, State, and Local taxes and duties. RFQ are due by 27 June 2011. Information regarding this solicitation may be directed to: NELSON KRAEMER Procurement Analyst 301st Operational Contracting NAS JRB Fort Worth, TX DSN: 739-6195 COMM: 817-782-6195 CELL: 940-781-1461 FAX: 817-782-5371 Nelson.kraemer@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/F5ATAM1137A001/listing.html)
 
Place of Performance
Address: 610 SFS, Fort Worth, Texas, 76127, United States
Zip Code: 76127
 
Record
SN02472523-W 20110616/110614235154-931c59fb6ed56a675694ab4d7bd61294 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.