The RFP Database
New business relationships start here

Recovery System Equipment


North Dakota, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

FA4528-18-Q-TB09
• Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No
award will be made under this solicitation until funds are available. The
Government reserves the right to cancel this solicitation, either before or after the
closing date. In the event the Government cancels this solicitation, the Government
has no obligation to reimburse an offeror for any costs.
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; this is a Request for Quotation (RFQ) and a written
solicitation will not be issued.
2) The solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2005-99 and Defense Publication Notice 20180629.
3) The NAICS is 333923, Overhead Traveling Crane, Hoist, and Monorail System
Manufacturing. The Small Business Size Standard for this NAICS code is 750
Employees. This acquisition is set-aside for Total Small Business.
4) Description: GSA 975R Wrecker Recovery System Kits and Equipment to include Chain,
Storage, Hook Kits, Spreader Bar Brackets, Lifts and Tow Bars, see attached Brand
Name Justifification and Approval
CLIN Description Qty Price Total
0001
GSA 975R Wrecker Recovery System
Kits and Equipment - See attached
Equipment List
1 Each tiny_mce_marker________ tiny_mce_marker________
Total Price tiny_mce_marker________
*Shipping shall be included in the total price
5) List of Attachments:
a) Attachment 1, Equipment List
6) The following information shall be filled out when submitting a quote:
Company Name: Fax Number:
Point of Contact (POC): Address:
Telephone Number: Discount Terms:
SAM Registered: yes/no Small Business: yes/no
DUNS #: CAGE #:
Veteran-owned: yes/no Woman-owned: yes/no
FA4528-18-Q-TB09
Estimated Period of Performance: 90 Days after Award
Signature/Date of Contractor:
7) Delivery Address: 5 LRS/LGRDDO
Minot AFB, ND 58705
8) All questions shall be submitted by 31 July, 2018, 12:00 PM CST to both POC's listed
below. Questions after this time and date will not be considered.
9) Quotes must be valid for 60 days. Quotes shall be provided on this form, signed, dated
and submitted by 25 July 2018, 10:00 AM CST to both point of contacts listed below.
The Offeror is responsible for ensuring the quote is received by the Government by the
due date and time specified above. Failure to send quotes to both POCs or verify
receipt of the quote may result in not being considered for award.
Primary: A1C Walnerge Ochoa - walnerge.uran_ochoa@us.af.mil
Alternate: SSgt Trenton Beavers - trenton.beavers@us.af.mil
10) For further inquiries, please email the Point of Contacts listed above or the Contracting
Officer, TSgt Samuel Lopez at samuel.lopez.4@us.af.mil or at 701-723-4182.
The following clauses and provisions applies to this acquisition:
FAR 52-212-1 Instructions to Offerors - Commercial Items FAR
52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as
follows:
(a) This is a competitive best value acquisition in which 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, considering price and
other factors. The Government intends to make award to the vendor who submits the
Lowest Price Technically Acceptable. The following listed are evaluation factors that
shall be used in the evaluation process:
1. Price
2. Technical Acceptability
*All offerors shall submit technical description of the products being offered in
sufficient detail in addition to the price quote, to evaluate compliance with the
requirements in this solicitation.
FA4528-18-Q-TB09
(End of Provision)
The following FAR clauses and provisions are applicable to this acquisition:
FAR 52.204-7 System for Award Management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.211-6 Brand Name or Equal
FAR 52.212-1 Instructions to Offerors- Commercial Items
FAR 52.212-2 Evaluation - Commercial Items
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. *It
is advised that offerors include a completed copy of the provision at 52.212-3 with
Alternate I, Offeror Representations and Certifications -- Commercial Items, with
its offer.
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or
Executive Orders - Commercial Items.
The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Equal Opportunity for Veterans
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while
Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.225-3 Buy American - Free Trade Agreements - Israeli Trade Act
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award
Management
FAR 52.217-6 Option for Increase Quantity
FAR 52.217-7 Option Increase Quantity Priced Line Item
FAR 52.232-40 Accelerated Payments to Small Business Subcontractors
FAR 52.247-34 FOB Destination
FAR 52.252-1 Provisions Incorporated by Reference
FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.252-6 Authorized Deviation
FAR 52.253-1 Computer Generated Forms
The following DFARS clauses and provisions cited are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DOD
Officials
DFARS 252.204-7003 Control of Government Work Product
DFARS 252.204-7015 Disclosure of information to litigation Support Contractors
DFARS 252.232-7003 Electronic Submission of Payments
DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS
252.232-7010 Levies on Contract Payments
FA4528-18-Q-TB09
The following AFFARS clauses cited are applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
AFFARS 5352.223-9001 Health and Safety on Government Installations
AFFARS 5352.242-9000 Contractor access to Air Force Installations

Walnerge E. Uran Ochoa, Contract Specialist, Phone 7017233949, Email walnerge.uran_ochoa@us.af.mil - Trenton H Beavers, Contracting Officer, Phone 7017233480, Email trenton.beavers@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP