Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOLICITATION NOTICE

23 -- Dual Purpose Motorcycle

Notice Date
1/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441221 — Motorcycle, ATV, and Personal Watercraft Dealers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-12-T-0009
 
Archive Date
2/22/2012
 
Point of Contact
Andre R. Dickson, Phone: 9104323781, Gloria Harris, Phone: 910-432-6978
 
E-Mail Address
andre.dickson@ahqb.soc.mil, harrisgl@soc.mil
(andre.dickson@ahqb.soc.mil, harrisgl@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USASOC) has a requirement for fourteen (14) Dual Purpose Motorcycles, brand name or equal to: Kawasaki KLX 250 S. The motorcycles will be delivered to Ft. Bragg, North Carolina and the delivery date is 30 days after receipt of award. This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All persons responding must reference solicitation number H92239-12-T-0009 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective 3 January 12. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at http://farsite.hill.af.mil. This procurement is unrestricted. The anticipated NAICS code is 336991 with a size standard of 500 employees. REQUIREMENT. Items called for by this request for quotation have been identified in the schedule by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. The United States Army Special Operations Command (USASOC) has a requirement for fourteen (14) Dual Purpose Motorcycles, brand name or equal to: Kawasaki KLX 250 S • 249cc water or air cooled 4 cycle gasoline engine • Chain drive • Electric starter • Seat height: 31-35 inches • Fuel capacity: 1.5-3 gallons • Street legal  headlights (high/low beam)  turn signals  tail/brake lights  speedometer with odometer  gauge or light for oil pressure and neutral gear indicator  horn  street legal exhaust  meets street emission standards • Front and rear disk brakes • Wheelbase: 56-58 inches • Curb weight: 250-300 lbs • Front shocks fully adjustable inverted cartridge with 9"-11" of travel • Single rear shock fully adjustable 08-10 inches of travel • Kickstand • 6-speed transmission • Dual purpose suspension/tire capable of on-road and off-road operation • Motorcycles must be delivered fully assembled in "ready to ride" condition • 1 year manufacture warranty The contract will contain three (3) Contract Line Items (CLIN's): CLIN 0001 - DUAL PURPOSE MOTORCYCLE - 14 EA CLIN 0002 - ITEM UNIQUE IDENTIFICATION DATA (IUID) - Clause 252-211-7003 CLIN 0003 - SHIPPING AND HANDLING - 1 EA PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clause are hereby incorporated by reference to this procurement action. 52.204-7 Central Contractor Registration APR 2008 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.211-6 Brand Name or Equal AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) AUG 2011 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 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-37 Employment Reports on Veterans SEP 2010 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations In Clauses APR 1984 252.204-7004 Central Contractor Registration Alternate A SEP 2007 252.211-7003 Item Identification and Valuation JUN 2011 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) MAY 2005 52.212-3 Offeror Representations and Certification--Commercial Items MAY 2011 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 5652.214-9004 Technical and Contractual Questions Concerning This Solicitation (2001) OCT 2002 52.212-2 Evaluation - Commercial Items JAN 1999 clause addenda to paragraph (a), EVALUATION AND AWARD: The Government will award to the responsive, responsible offeror whose proposal conforms to this solicitation and is the best value to the Government. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) Technical Acceptability (2) Price (3) Delivery 1. Technical acceptability is defined as the contractor's ability to meet or exceed the requirement. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. PASS: The offeror has submitted the required documentation necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. FAIL: The offeror did not submit the required documentation necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. 2. Price. Offerors will be evaluated for price. Price shall be quoted in accordance with the CLIN(s) to be incorporated in the Schedule of Supplies and Services in the event an award is made. Price shall include a firm fixed price for each CLIN. Total for all CLINs shall be provided. 3. Delivery. Offers will be evaluated for delivery. The requested delivery date is 30 days after receipt of award. Delivery is defined as the capacity of the offeror and affirmation by the offeror to deliver all items per shipment as specified within the requested delivery date. As shipped, all deliveries shall be delivered to Fort Bragg, N.C. in one shipment. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. Offers shall remain valid for a minimum of 30 days. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Online Representations and Certifications Application (ORCA) with their bid, unless information is in ORCA. 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) MAY 2005 Gloria Harris HQ, USASOC E-2929 Desert Storm Drive (Stop A) DCS, Acquisitions and Contracting Fort Bragg, NC 28310-9110 Com: 910-432-6978 Fax: 910-432-9345 harrisgl@soc.mil 5652.214-9004 Technical and Contractual Questions Concerning This Solicitation (2001) Contract Specialist: Andre Dickson E-mail address: andre.dickson@soc.mil Fax number: 910-432-9345 Phone number: 910-432-3781 Quotes shall be received at HQ, USASOC ATTN: AOCO (Mr. Andre Dickson), Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 1:00 p.m. 7 February 2012. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Offerors are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the contract specialist by phone. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, to include (1) item specifications, unit, and total price, (2) delivery time, (3) completed Representations and Certifications, and acknowledgement of any amendments that may be issued. Offerors not submitting sufficient information for evaluation may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer listed below. It is the responsibility of the offeror to ensure receipt of questions and quotes submitted via electronic means. Telephonic questions pertaining to the technical requirement for this solicitation will not be answered. All questions must be submitted by 10:00 am, EST on Thursday, 2 February 2012. All answers will be provided via an amendment to the solicitation. Any amendments that may be issues will be published on FedBizOpps, the same as this solicitation. The point of contact for this requirement is Mr. Andre Dickson (910) 432-3781, e-mail andre.dickson@soc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-12-T-0009/listing.html)
 
Place of Performance
Address: Ft. Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02660222-W 20120126/120124234724-e659b08644ca982e52ca9ea1289e9406 (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.