Wyoming Bids > Bid Detail

4-in-1 Snow Angle Blade

Agency:
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159190584522499
Posted Date: Jan 22, 2024
Due Date: Feb 6, 2024
Source: https://sam.gov/opp/7ac4469bac...
Follow
4-in-1 Snow Angle Blade
Active
Contract Opportunity
Notice ID
FA461324Q1011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 22, 2024 06:19 am MST
  • Original Date Offers Due: Feb 06, 2024 10:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3830 - TRUCK AND TRACTOR ATTACHMENTS
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description

Combined Synopsis/Solicitation



Solicitation Number: FA461324Q1011



Purchase Description: 4-in-1 Snow Angle Blade



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1011, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 333120, with a small business standard of 1,250 employees.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2023-06 effective 02 Dec 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 22 Dec 2023 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023.



DESCRIPTION OF ITEMS/SERVICE: All CLINs F.O.B. Destination.



The 253rd CACG is seeking to acquire brand name or equal salient characteristics of a John Deere 4-in-1 Snow Angle Blade. It must be compatible with the John Deere 724J high lift hydraulic pressures and John Deere JRB coupling system. The contractor shall provide all items IAW CLIN Characteristics specified in Attachment 1 – Salient Characteristics. Install is required and shall be included in the CLIN price. Identify the make and model within the quote.



CLIN STRUCTURE:



Shipping cost must be included in the line-item cost.



CLIN 0001: Brand Name or Equal John Deere 4-in-1 Snow Angle Blade.



Quantity: 1 Unit of Issue: Each



Unit Price: $_____________



LIST OF ATTACHMENTS:



Attachment 1 – Salient Characteristics



Attachment 2 – Response Form



Attachment 3 – Clauses and Provisions



Attachment 4 – Supplemental Clauses



PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005



DELIVERY DATE(S): Delivery and install 60 days after effective date of the contract.



QUESTIONS:



Questions shall be received no later than Tuesday, 30 Jan 24 at 10:00 am MST (Mountain Standard Time). Forward responses by e-mail to kamary.williams@us.af.mil and lisa.obenchain@us.af.mil.



QUOTES:



Responses/quotes MUST be received no later than Tuesday, 06 Feb 24 at 10:00 am MST (Mountain Standard Time) in order to be considered timely. Quotes shall be effective for 60 days after Solicitation. Forward responses by e-mail to kamary.williams@us.af.mil and lisa.obenchain@us.af.mil.



Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and will not be considered. If a late quote is received before award is made, only the Contracting Officer could make the determination that accepting the late quote would not unduly delay the acquisition, and it was the only quote received.



**The contractor must submit a specification sheet and picture with their quote.**



**Only the three lowest quotes deemed technically acceptable will be considered for evaluation for award.**



OTHER INFORMATION:



Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award.



This is a notice that this order is an open market requirement for brand name or equal total small business set-aside to SAM.gov. Only quotes submitted by businesses holding NAICS Code 333120 will be accepted by the Government.



Brand Name or Equal. This requirement is for items that are brand name or equal. All other items that are not compliant will not be accepted. Details of the requesting product to fulfill requirement must be met Attachment 1 - Salient Characteristics - Dated 28 November 2023 - 1 page.



Notice to Offeror. The government reserves the right to cancel this Request for quotes (RFQ), either before or after suspense date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse an offeror for any costs. The contractor shall not request, nor will the Government make, payment for any preliminary measurement, quotes, bids, site visit, time or proposal cost incurred.



Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.



Delivery/Assembly. All delivery, assembly and installation will be performed IAW the Attachment 1 - Salient Characteristics - Dated 28 November 2023 - 1 page.



Site Visit: A site visit will not be held for this requirement.



INSTRUCTIONS TO OFFERORS:



Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)



FAR 52.212-1 is hereby tailored as follows:



1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.



2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.



3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.



4. The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.



5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



5.1 In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:





5.1.1 Cover page or a completed copy of Attachment 2 – Response Form to include the offeror’s:



5.1.1.1 Company Name and Company Doing Business As (if applicable)



5.1.1.2 Physical Address



5.1.1.3 Cage code and/or Unique Entity ID



5.1.1.4 Point of Contact



5.1.1.5 Phone number



5.1.1.6 Email address



5.1.1.7 Business Type



5.1.1.8 Delivery time with install



5.1.1.9 Statement of Understanding of Attachment 1-Salient Characteristics





5.1.2 Firm Fixed Pricing to include:



5.1.2.1 Price Per Unit



5.1.2.2 Price Per CLIN



5.1.2.3 Total Price



5.1.2.4 Discount Terms (if applicable)



5.1.2.5 Quote Number (if applicable)





5.1.3 Technical Capability



5.1.3.1 Quote must identify the make and model for CLIN 0001.



5.1.3.2 Quote must include product description that reflects the characteristics identified to show that the quality will satisfy the Government’s need.



5.1.3.3 Quote must include the standard commercial warranty for CLIN 0001.





EVALUATION:



ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)



Paragraph (a) is hereby replaced with the following:



The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. Award will be made to the offeror with the lowest price technically acceptable (LPTA). The following factor(s) shall be used to evaluate offers:



1. Technical Capability: items meet the Government requirement/specifications in the description. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.



2, Price:



2.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.



2.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.



2.3 No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.



(End of Provision)






Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 22, 2024 06:19 am MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >