News

Ranger Crew XP 1000 EPS or equal

Type of document: Contract Notice
Country: United States

Ranger Crew XP 1000 EPS or equal

Agency:
Department of the Air Force

Official Address:
2402 Vandenburg McGuire AFB NJ 08641

Zip Code:
08641

Contact:
Guy Cholmondeley, Contracting Specialist, Phone 6097540699, Email guy.cholmondeley@us.af.mil

Link:

Date Posted:
11/07/2017

Classification:
23

Contract Description:
 

SYNOPSIS – REQUEST FOR QUOTATIONS COMBO

 

 

Issued By:      87 Contracting Squadron/LGCC                                                         

2402 Vandenberg Avenue

JBMDL McGuire NJ 08641

 

Points of Contact:  SSgt Cholmondeley, Contract Administrator (609) 754-4699 & MSgt Molina, Contracting Officer (609) 754-4690

 

RFQ NUMBER:  F3A3L17081A001

 

TITLE: Ranger Crew XP 1000 EPS or equal

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, 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.

Solicitation number F3A3L17081A001 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors’ responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% HUBZone set-aside.  The North American Industrial Classification System Code is 336112 with a small business size standard of 1K employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows:

 

 

ITEM NUMBER

DESCRIPTION

PRICE

0001

Ranger Crew XP 1000 EPS or equal

 

0002

Cargo Bed Mat or equal

 

0003

Lock & Ride Pro Fit Crew Poly Rear Doors or equal

 

0004

Lock & Ride Pro Fit Crew Steel Roof or equal

 

0005

Lock & Ride Pro Fit Front Doors with Hinged Glass Windows or equal

 

0006

Lock & Ride Pro Fit Poly Tip Out Windshield or equal

 

0007

Lock & Ride Pro Fit Sliding Window Rear Panel or equal

 

0008

Lock & Ride XL Storage Box or equal

 

0009

Polaris HD 4500 LB Winch & Harness or equal

 

0010

Standard Brush guard- Front or equal

 

0011

Standard Brush guard-Rear or equal

 

0012

Wide Angle Rear View Mirror or equal

 

0013

Polaris Dash Mounte Audio Kit & Harness or equal

 

0014

Glacier Pro Plow System – 72″ Poly Blade or equal

 

                                                                                                         

TOTAL PRICE:  $                                                                   

 

  Delivery of the system, shall be 20 days ADC.

**Note:  All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1 (attached)

 

QUOTES DUE DATE: All quotes are due no later than 12:00 PM 21 JUL 17.  Quotes may be emailed to guy.cholmondeley@us.af.mil or joe.molina@us.af.mil.

QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) evaluation/award process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items offered meet the salient characteristics listed above. Failure to provide this information will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs.

 

ATTACHMENTS:

•1.  Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors

•2.  Security Forces Squadron Appendix

•3.  Anti-terrorism Statement

 

APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at or .

 

Federal Acquisition Regulation:

52.204-7 System for Award Management

52.204-13 System for Award Management Maintenance

52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror

52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

52.211-6  Brand Name or Equal

52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items

52.212-4  Contract Terms and Conditions Commercial Items

52.225-25  Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representations and Certifications

52.228-5  Insurance – Work on a Government Installation

52.252-1  Solicitations Provision Incorporated by Reference () 52.252-2  Clauses Incorporated by Reference ()

252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A System For Award Management

252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions

252.232-7010 Levies on Contract Payments

5352.223-9001 Health and Safety on Government Installations 5352.201-9101 Ombudsman


The following provisions/clauses are applicable to FAR 52.212-5:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred Suspended or Proposed for Debarment

52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-35 Equal Opportunity for Veterans

52.222.36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans

52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13 Restrictions on Certain Foreign Purchases

52.232-33 Payment by Electronic Funds Transfer-System for Award Management

 

ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government’s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.


 

Response Date:
072117

Sol Number:
F3A3L17081A001

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy