AFRICOM Tanzania Mercury Boat Engines

expired opportunity(Expired)
From: Federal Government(Federal)
FA4890-21-R-CN34

Basic Details

started - 15 Sep, 2021 (about 2 years ago)

Start Date

15 Sep, 2021 (about 2 years ago)
due - 17 Sep, 2021 (about 2 years ago)

Due Date

17 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
FA4890-21-R-CN34

Identifier

FA4890-21-R-CN34
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698364)DEPT OF THE AIR FORCE (59582)ACC (74417)AMIC (545)FA4890 HQ ACC AMIC (328)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (11)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

                                                                                    AMENDMENT 2This COMBINED SYNOPSIS/SOLICITATION for commercial items is AMENDED to incorporate followingrevisions:ATTACHMENT 1 ‐ PROCUREMENT WORKBOOK is revised as contained herein;ATTACHMENT 5, NOTICE TO OFFERORS. Solicitation number FA4890‐21‐R‐CN34 is AMENDED to add para. 4.3 as contained herein.  Revised proposals MUST be received no later than 17 Sep 21 at 1200 hours Eastern Standard Time. Revised proposals shall be e‐mailed directly to elizabeth.waller.2@us.af.mil with a copy furnished to delvin.whitlock.1@us.af.mil.                                                                                                                                                                AMENDMENT 1This COMBINED SYNOPSIS/SOLICITATION Amendment 1 for commercial items is AMENDED to
incorporate ATTACHMENT 5 INSTRUCTIONS TO OFFERORS, responses to question(s), and revise the COMBINED SYNOPSIS/SOLICITATION Volume I Instructions (Highlighted). The solicitation number is FA4890-21-R-CN34 and this solicitation is issued as a request for proposal (RFP).1. Date, time and place of offers remain unchanged:A complete proposal MUST be received no later than 03 Sep 21 at 1400 hours Eastern Standard Time. The proposal shall be e-mailed to elizabeth.waller.2@us.af.mil with a copy furnished to delvin.whitlock.1@us.af.mil. All responsible small business sources may submit a Proposal which shall be considered. Prospective offerors must be registered in www.sam.gov and must complete the on-line representation.2. Questions.Question period regarding this solicitation has now closed. The Government shall not be accepting any additional questions at this time.                                       **************************************************************NOTE:   THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET ASIDE for NAICS 441222This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with (IAW) the information in the Federal Acquisition Regulation (FAR) Subpart 12.603, Streamlined Solicitation for Commercial Items and FAR 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice.  The United States Air Force, Air Combat Command (ACC), Acquisition Management and Integration Center (AMIC) is issuing a Combined Synopsis/Solicitation to procure eight (8) Mercury Brand Name outboard boat motors and associated installation accessories, steering assemblies, maintenance kits, warranties, user training, and access to Mercury University Technician courses in support of the Department of Defense’s (DoD) activities to build the capacity of US Africa Command (AFRICOM), Tanzania’s national-level security forces, specifically the Tanzanian Maritime Police, to conduct Counter-Terrorism operations, pursuant to Section 333 of Title 10, U.S.C.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued.  1.    The solicitation number is FA4890-21-R-CN34 and this solicitation is issued as a request for proposal (RFP).2.    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06, July 12, 20213.    This requirement will be a 100% competitive Total Small Business set-aside and the NAICS code is 441222.4.    The contract line items associated with this solicitation can be found in Attachment 1.5.    This is a requirement for eight (8) Mercury Brand Name outboard boat motors and associated installation accessories, steering assemblies, maintenance kits, warranties, user training, and access to Mercury University Technician courses.  See Attachment One (1) Workbook and Attachment Two (2) Statement of Work (SOW).  6.    The provision at 52.212-1 applies to this acquisition (see Attachment 3).7.    A completed copy of the provision at 52.212-3 does not have to be submitted by any offeror.  All offerors must be properly registered in the System for Awards Management database and with updated Representations and Certifications.  8.    Clause 52.212-4 applies to this acquisition (see Attachment 3).9.    Clause 52.212-5 applies to this acquisition (see Attachment 3).10.    Date, time and place offers are due.A complete proposal MUST be received no later than 03 Sep 21 at 1400 hours Eastern Standard Time.The proposal shall be e-mailed to elizabeth.waller.2@us.af.mil with a copy furnished to delvin.whitlock.1@us.af.mil.  All responsible small business sources may submit a Proposal which shall be considered.  Prospective offerors must be registered in www.sam.gov  and must complete the on-line representation.11.    Questions.  Questions regarding this solicitation shall be submitted no later than (NLT) Wednesday, 16 Aug 21 at 12:00 PM Eastern Standard Time (EST) via email to Elizabeth Waller at  elizabeth.waller.2@us.af.mil and Delvin Whitlock at delvin.whitlock@us.af.mil (note the solicitation number in the email subject line).  12.    Delivery Period:      330 days after award 13.    Basis for Award:     Lowest Price Technically AcceptableFrom this solicitation, a single Firm Fixed Price contract is expected to be awarded based on Lowest Priced Technically Acceptable.  Award will be made on the basis of the lowest proposed priced meeting the salient characteristics provided for this requirement.  The evaluation methodology will be Lowest Price Technically Acceptable (LPTA).  The LPTA process is used in competitive, negotiated contracting where the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.  The government will first evaluate all offerors for technical acceptability.  Those offers that receive an “Acceptable” technical rating will be ranked in order from lowest to highest price.  Within that ranking, the offeror with the lowest price will receive the award (see attached evaluation procedures under Clause 52.212-1).The Government intends to rank all proposals by the initial proposed total price, from lowest to highest by strictly reviewing price for mathematical accuracy and completeness. The Government will then establish an initial evaluation pool of the three (3) lowest price proposals for further evaluation.  If the Government receives three (3) or fewer proposals, the Government will evaluate all proposals.  Proposals will be evaluated to determine if the salient characteristics for this requirement are met, and price analysis will be performed.  Proposals outside the initial evaluation pool will not be evaluated; however, the Government reserves the right to pull in the next lowest priced proposal(s) to ensure adequate competition or it is in the best interest of the Government.Exchanges. The Government intends to evaluate offers and award a contract without exchanges. Therefore, each offer should contain the Offeror’s best terms from a price estimate and technical standpoint. Any subfactor or criteria element evaluated as “Unacceptable” will render the entire proposal as ineligible for award. However, the Government reserves the right to hold exchanges if during the evaluation it is determined to be in the best interest of the Government. Exchanges are fluid interaction(s) between the Contracting Officer (CO) and the Offerors that may address any aspect of the proposal. Offerors responses to exchanges will be considered in making the selection decision. Exchanges may be conducted with one (1), some, or all Offerors as the Government is not required to conduct exchanges with any or all contractors responding to this RFP.SPECIAL NOTICES TO OFFERORThis solicitation is to provide AFRICOM Tanzania Mercury Boat Engines in an OCONUS performance location.  The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposal. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred in the development of the proposal.  

CP 757 225 7678 300 EXPLORATION WAY  HAMPTON , VA 23666  USALocation

Place Of Performance : CP 757 225 7678 300 EXPLORATION WAY HAMPTON , VA 23666 USA

Country : United StatesState : Virginia

You may also like

WI-GREEN BAY FWCO- (2) MERCURY OUTBOARD MOTORS

Due: 01 Apr, 2024 (in 3 days)Agency: INTERIOR, DEPARTMENT OF THE

NM-OFC OF RFG LE - BOAT MOTOR REMOVAL AND INSTALLATION

Due: 30 Apr, 2024 (in 1 month)Agency: U.S. FISH AND WILDLIFE SERVICE

Small Engine Parts – Grounds Equipment

Due: 09 Apr, 2024 (in 11 days)Agency: Sachem Central School District

Classification

naicsCode 441222Boat Dealers
pscCode 2895Miscellaneous Engines and Components