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

37 -- MULE UTV Parts

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB11T4056
 
Response Due
9/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Debra K. Light, Phone: 5862395989
 
E-Mail Address
debra.light@ang.af.mil
(debra.light@ang.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 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. (II) Solicitation W912JB-11-T-4056 is being issued as a Request for Quotation (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal AADDED 13 September 2011: Close date and time is hereby extended from NLT 3:00 P.M. EST, Tuesday, 13 September 2011 to NLT 3:00 P.M. EST, Thursday, 15 September 2011cquisition Circular 2005-53. (IV) This acquisition is 100% set aside for a small business concerns. The associated NAICS code for this acquisition is 336399, standard industrial classification 3714, small business size 750 employees. (V) CLIN, QUANTITY, DESCRIPTION/PART NUMBER (ALL PARTS MUST BE COMPATIBLE WITH MULE UTV's) 0001 9 EA: Royal Red 4000 MULE Steel Doors with Sliding Glass Windows. (Pair) P/N: R4500SD 0002 2 EA: Rear Slider Window, 2500 Mule. P/N: 2530RW 0003 2 EA: 45 5/16" x 21 5/16" x 3/16" Clear Tempered Glass. 2 1/2" Radius on all four corners. Seam on all edges. P/N: WG4521.1875 0004 7 EA: Bed Extension and rear bumper. From 48" => 68" Length FOR 3000 & 4000 Series Mules. P/N: 3040EX20 0005 9 EA: Polyurethane bed liner, Textured, 1 Gallon Black with roll on kit, Completes 1 exte'd bed. P/N: BedLiner Kit. 0006 9 EA: 17,500 BTU Heater with 2-speed fan for mule, for gasoline engine P/N: K620HTR 0007 9 EA: Cooling & Defrost Fan, 2-speed. P/N: UCDF12 0008 9 EA: Exterior Breakaway Mirrors, Pair. P/N: UEM7121 0009 9 EA: Anti-skid Molded Essex Floormat. P/N: 3040FM 0010 14 EA: Strobe light & Switch kit, Amber. Includes Brush guard. P/N: USTROBE 0011 14 EA (OR 7 SETS): Kawasaki part - 4010 Passenger side Bed Rail, Royal Red; P/N BEDGATES 68" (VI) This is a FIRM FIXED PRICE contract for parts for Mule UTV's. (VII) FOB point is Destination to Selfridge ANGB, MI 48045. Delivery is expected within 30 days of contract award. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) The Government intends to award a contract without discussions with respective Offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. A copy has been posted at www.fbo.gov. (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. (XII) Additional contract requirements(s), terms and conditions are as follows: The following clauses in their latest editions apply to this solicitation: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) All responsible sources may submit a response which, if timely received, must be considered by the agency. The following provisions are incorporated by reference: 52.211-6, Brand Name or Equal; 52.214-31, Facsimile Bids; 52.219-1ALT I, Small Business Program Representations; 52.225-2, Buy American Act Certificate; 52.232-18, Availability of Funds; 252.225-7000, Buy American Act - Balance of Payments Program Certificate. The following clauses are incorporated by reference: 52.204-7, Central Contractor Registration; 52.219-6, Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, (FOR OVER $10K) Affirmative Action For Workers With Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18, Texting While Driving On Base; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; 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; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 (DEV), 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 Payments Program Certificate; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports ; 252.232-7010, Levies on Contract Payments. BRAND NAME SPECIFICATIONS AND APPROVED EQUIVALENTS. Unless otherwise specified, manufacturer's names, trade names, brand names, information and/or catalog numbers listed in the specifications are intended only to identify the quality and characteristics desired. They are not intended to limit competition. The Vendor may offer any equivalent product which meets or exceeds the specifications. If quotations are based on equivalent products, the quote must: a) Indicate the alternate manufacturer's name and catalog number; b) Include complete descriptive literature and/or specifications; c) Include proof that the proposed equivalent will meet the specifications. The Government reserves the right to be the sole judge of what is equal and acceptable to meet its needs in all respects. If Bidder fails to name a substitute, goods identical to the published standard must be furnished. (XIV) N/A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: www.fbo.gov. Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below 3 business days prior to solicitation close date. All answers (on a non-attribution basis) will be posted on the web site. They will be titled "Questions and Answers". It is each contractor's responsibility to check back for Questions and Answers as well as potential amendments. Terms of the solicitation remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Awardee must invoice through Wide Area Work Flow (WAWF), an online invoicing system https://wawf.eb.mil/ after government receipt and acceptance of all items. This request is solicited as advertise only. Funds are not presently available for this requirement. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. To be considered, quotes must be valid through 30 September 2011. Offerors MUST provide: (1) pricing, (2) warranty (3) delivery terms, (4) If quoting an equal product, PLEASE PROVIDE APPLICABLE SPECIFICATIONS AND FEATURES and (5) Representations and Certifications (Reps and Certs). The quote with Reps and Certs is due to 127 MSC Contracting Division, ATTN: Debra Light, 43200 Maple Street, Bldg. 105, Selfridge ANG Base, Michigan 48045, no later than 3:00 P.M., Thursday, 15 September 2011. Facsimile quotes are accepted at (586) 239-4300 ATTN: Debra Light. E-mail quotes are preferred at 127wg.contractomb@ang.af.mil and also to debra.light@ang.af.mil. You will receive an email response confirming receipt of your offer by a government official. If you do not receive confirmation you may confirm receipt of your quote by calling Debra Light. (XVI) Point of Contact for this solicitation is Debra Light at (586) 239-5989. ADDED 13 September 2011: Close date and time is hereby extended from NLT 3:00 P.M. EST, Tuesday, 13 September 2011 to NLT 3:00 P.M. EST, Thursday, 15 September 2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB11T4056/listing.html)
 
Place of Performance
Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
Zip Code: 48045-5213
 
Record
SN02574742-W 20110915/110914000919-cb29a2f793d40cc119b6765faeab6afb (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.