MODIFICATION
84 -- IEU GEAR
- Notice Date
- 8/30/2011
- Notice Type
- Modification/Amendment
- NAICS
- 315999
— Other Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
- ZIP Code
- 96328-5228
- Solicitation Number
- F4G1H31208AG01
- Archive Date
- 9/20/2011
- Point of Contact
- Quortez J. Dorsey, Phone: 11-81-31175-6691, Keisuke Kiyotaka, Phone: 81-42-552-3014
- E-Mail Address
-
quortez.dorsey@yokota.af.mil, keisuke.kiyotaka.jp@yokota.af.mil
(quortez.dorsey@yokota.af.mil, keisuke.kiyotaka.jp@yokota.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 2005-53 and Defense Change Notice 20110804. 3) The standard industrial classification code is 3669, NAICS 325520, Small Business Size Standard for this NAICS code is 500 employees. 4) DESCRIPTION: a) (CLIN) 0001 (150 each) - AF Mil SPEC APECS Jacket (Size/Quantity) small/15, medium/50, large/50, X-large/35 OR EQUAL b) (CLIN) 0002 (150 each) - AF Mil SPEC APECS Pants (Size/Quantity) small/15, medium/50, large/50, X-large/35 OR EQUAL c) (CLIN) 0003 (150 each) - AF Mil SPEC Sage Green Fleece Jacket (Size/Quantity) small/15, medium/50, large/50, X-large/35 OR EQUAL d) (CLIN) 0004 (150 each) - AF Mil SPEC Sage Green Watch cap one size fits all OR EQUAL e) (CLIN) 0005 (150 each) - Thermal Undershirt Long sleeve; COLORS: Desert Sand, cream or white (Size/Quantity) small/15, medium/50, large/50, X-large/35 OR EQUAL f) (CLIN) 0006 (150 each) - Thermal Underwear, COLORS: Desert Sand, cream or white (Size/Quantity) small/15, medium/50, large/50, X-large/35 OR EQUAL g) (CLIN) 0007 (350 each) - Mechanix Gloves-Solid Black-leather (or synthetic) heat protective-padded knuckles (Size/Quantity) small/40, medium/100, large/100, X-large/60 BRAND NAME OR EQUAL h) (CLIN) 0008 (100 each) - Identification badge/ArmBand ID holder: one size fits all. Clear or black only OR EQUAL i) (CLIN) 0009 (150 each) - Dickies Coverall black or navy blue - shortsleeve - lightweight (used during hot environment) (Size/Quantity) small/15, medium/50, large/50, X-large/35 Brand Name OR EQUAL j) (CLIN) 0010 (120 each) - Sage Green Boots - safety toe mandatory requirement; MUST Be in compliance with AFOSHSTD91-501, para 14.5.10 and ANSI Standard Z41 shoe safety requirements(Size/Quantity) 6/6, 6.5/6, 7/12, 7.5/12, 8/12, 8.5/12, 9/18, 9.5/18, 10/12, 10.5/12 OR EQUAL 5) Delivery shall be F.O.B. Destination to: Defense Logistics Agency 25600 Chrisman Road Tracy Depot, BLDG 30, CCP Tracy, CA 95376 Delivery Period: 30 DAYS ARO The following provisions applies to this acquisition: FAR 52-212-1 Instructions to offerors-Commercial items FAR 52.212-2 Evaluation-Commercial items: Paragraph (a) This is a competitive best value source selection 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, price, and other factors considered. The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards and are in compliance with the grade of the products specified, based on product literature/description (i.e., products brochures and/or products catalog data). 2. Price All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (i) Initially, Technical Acceptability for all offerors will be rated as "met" or "failed" by personnel designated in 374 Maintenance Squadron. Technical Acceptability is met when the offeror submits proof of the technical capability with the requirements. (ii) Next, technically acceptable offers shall be ranked according to evaluated prices. The price evaluation will document for the offers evaluated the completeness, and reasonableness of the proposed price. Incomplete or unreasonable offers shall be rejected and elmiminated from further consideration. A single award will result from this evaluation. If the lowest offeror meets the Government technical capability as defined in above paragraph (a)2, a Purchase Order will be awarded to the lowest offeror with technically acceptable capability. If the lowest offeror fails to meet the Government technical acceptable capability, the Government will then go to the next low offeror in the same manner if they meet the technical capability. This process will continue until an offeror is found to meet the Government technical acceptable capability in ascending order of the low price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract 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. (End of Provision) Offeror shall include a completed copy of the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial items Alternate I The following clauses applies to this acquisition: 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. Only the following FAR clauses in paragraph(b) of FAR 52.212-5 are applicable: 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration. The following DFARS clauses cited are applicable to this solicitation: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Only the following DFARS clauses in paragraph(b) of DFARS 252.212-7001 are applicable: DFARS 252.225-7001 Buy American Act And Balance Of Payment Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program(x)Alternate I DFARS 252.232-7003 Electronic Submission of Payment Request 1) Quotes must be signed, dated and submitted by 6 Sept 2011, 0900hrs, Japan Standard Time. All submissions can be electronically submitted to the following point(s) of contact. A1C Quortez J. Dorsey quortez.dorsey@yokota.af.mil Mr. Keisuke Kiyotaka keisuke.kiyotaka.jp@yokota.af.mil 2) Utilize the attached worksheet to submit your quotes to ensure standard format of submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/F4G1H31208AG01/listing.html)
- Place of Performance
- Address: 374 MXS, Unit 5115, APO, Non-U.S., 96328, United States
- Zip Code: 96328
- Zip Code: 96328
- Record
- SN02556658-W 20110901/110831001243-591d2756f462b05f7bd1b384455a7508 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |