Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
MODIFICATION

23 -- Polaris Rangers

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
336111 — Automobile Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-11-T-0064
 
Archive Date
9/29/2011
 
Point of Contact
Chandler S. Lyles, Phone: 2406125668, Usmaan Z. Chaudhry, Phone: 2406125637
 
E-Mail Address
chandler.lyles@afncr.af.mil, usmaan.chaudhry@afncr.af.mil
(chandler.lyles@afncr.af.mil, usmaan.chaudhry@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modification is to: a. Add CLIN 0016. b. all other terms and conditions remain unchanged. Polaris Rangers for the 11th SFG 6 September 2011 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number FA2860-11-T-0064 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. All responsible sources may submit an offer to be considered by the agency. 2. This requirement is a 100% small-business set-aside. This is a brand name only requirement; any manufacturer other than the stated one will not be accepted. The North American Industry Classification System (NAICS) code is 336111 "Automobile Manufacturing", and the business size standard is 1,000 employees. 3. The Government will award a firm fixed price contract for Polaris Rangers with accessories for the 11th Security Forces Group at Joint Base Andrews. The following items are being procured: CLIN Description Quantity Unit Price Total Price 0001 Ranger Crew 800, Sage Green PN:R11WH76AG 4 0002 Steel Rear Panel Kit, PN:2877828 4 0003 Steel Crew Roof Kit, PN:2877903 4 0004 Steel Door Kit, PN:2877904 4 0005 Tip-Out Glass Windshield Kit, PN:2877948-067 4 0006 Tip-Out Windshielf Wiper Kit, PN:2877489 4 0007 Ranger Heater Kit - Full Size, PN:2878363 4 0008 Dash Seal Kit, PN:2877488 4 0009 Under Seat Seal Kit, PN:2877487 4 0010 Ranger Under Dash Defrost Kit for Tip-Out Windshields, PN:2877491 4 0011 Polaris Multi-Mount 4500 lb Winch (req. Front Receiver Hitch) PN:2877044 4 0012 Front Receiver Hitch, PN:2877040 4 0013 Glacier II HD Plow System (req. Glacier II HD Plow Mount) PN:2877343 4 0014 Glacier II HD Plow Mount, PN:2878011 4 0015 Shipping and Installation 1 0016 Polaris Multi Mount Crew / 6x6 Cable Kit PN:2877978 4. Delivery Information FOB: Destination Delivery date: 60 days after date of contract. Delivery address: 11th SFG 3537 Salem Dr. Joint Base Andrews MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 60 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION); 52.214-31 - Facsimile Bids (Dec 1989); 52.219-6 - Notice to Total Small Business Set Aside (Jun 2003); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34 - F.O.B. Destination (Nov 1991); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Feb 1998) 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Status (DEVIATION) 252.232-7010 - Levies on Contract Payments (Dec 2006); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 11CONS-007 - Personnel Security Requirements; 11CONS-010 - WAWF Instructions; 11CONS-011 - OMBUDSMAN (Aug 2005). 6. The contracting office address is as follows: 11th Contracting Squadron 1500 Perimeter Rd, Suite 2780 Joint Base Andrews MD 20762 7. All quotes must be sent via e-mail to Chandler Lyles at chandler.lyles@afncr.af.mil or Usmaan Chaudhry at usmaan.chaudhry@afncr.af.mil. Questions shall be submitted no later than 12:00 PM EST, 9 September, 2011. Quotes shall be submitted no later than 12:00 PM EST, 14 September, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-11-T-0064/listing.html)
 
Place of Performance
Address: 3537 Salem Dr, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02574078-W 20110915/110914000200-371b4ba97f8920c8a04fdb900104c913 (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.