Combined Synopsis/Solicitation» ATV and Attachments «Amendment 2This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.Solicitation Number: FA8227-21-Q-ATVZThis solicitation is issued as a Request For Quotation (RFQ).This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2021-06.Contracting Officer's Business Size SelectionFull and OpenNAICS Code336112Small Business Size Standard1,500 employeesCLINNomenclatureUIQTY0016 Seat ATV with mirrors, turn signals, and dump bedEA40023 Seat ATV with mirrors, turn signals, and dump bedEA2003Snow Plow System including hydraulic angle, lift,controller, brush guard mountEA6004Salt SpreaderEA6005Brush Sweeper SystemEA3Description of
item(s) to be acquired:The contractor shall provide six (6) all-terrain vehicles (ATVs). Four (4) of the ATVs shall seat six (6) passengers and the other two (2) shall seat three (3) passengers. These units will be used for transporting parts and personnel between and around flight line and aircraft hangar areas and will be used for snow removal and sweeping. This purchase shall include all accessories required to enable the ATVs to perform the full range of functions they are being purchased for including six (6) plows, six (6) salt spreaders, and three (3) pavement sweepers. Please reference the attached Product Description for detailed specifications.Period of Performance:Delivery is to be completed within Delivery is 60 Days ARO, FOB Destination.The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 22 Sept, 2021, via electronic mail to
audrey.lee@us.af.milProvide Cage code when submitting offer52.212-2, Evaluation -- Commercial ItemsThe 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. The following factors shall be used to evaluate offers:price;technically acceptability as specified in the attached purchase specificationEvaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Evaluated Price (TEP). The contract will be awarded to the company with lowest price offers, which also fully meets all specifications. Only the lowest priced offer will be evaluated for technical acceptability. The next lowest offer will only be evaluated if one of the aforementioned offers is not found technically acceptable (and so on). Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause.FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)OTHER FAR CLAUSES AND PROVISIONS52.204-7 System for Award Management52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting52.204-18 Commercial and Government Entity Code Maintenance52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal52.207-4 Economic Purchase Quantities - Supplies52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities52.219-6 Notice of Total Small Business Set-Aside52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor (IAW FAR 22.202)52.222-19 Child Labor—Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))52.222-26 Equal Opportunity (IAW FAR 22.810(e)) 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American--Supplies52.225-13 Restrictions on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer—System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-1 Disputes52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes -- Fixed Price52.247-34 F.o.b. Destination.52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by Reference252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2017-O0001)252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2017-O0001)252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions252.232-7010 Levies on Contract Payments.5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 OmbudsmanAn ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the programmanager, contracting officer, or source selection official.Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr Kevin Flinders AFMC OL_H/PZC 801-777-6549,
kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.The ombudsman has no authority to render a decision that binds the agency.Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer(End of clause)Additional Contract Requirement or Terms and Conditions: N/A.Defense Priorities and Allocations System (DPAS):N/AProposal Submission Information:All questions or comments must be sent to Audrey Lee by email at
audrey.lee@us.af.mil, NLT 1500 MT, 14 Sept, 2021. Offers are due by 1500 MT, 22 Sept, 2021. via electronic mail to
audrey.lee@us.af.mil or Dena Bournakis at
costadena.bournakis@us.af.milFor additional information regarding the solicitation, contact Dena Bournakis at
costadena.bournakis@us.af.mil or Audrey Lee at audrey.lee @us.af.mil.Notice to Offerors: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.This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/Attachments:Product Description