Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2013 FBO #4098
MODIFICATION

65 -- Endobrow Lift Set

Notice Date
2/10/2013
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument 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
FA5209-13-Q-1021
 
Archive Date
3/25/2013
 
Point of Contact
Joshua D. Banks, Phone: 81-42-552-7603
 
E-Mail Address
joshua.banks.5@us.af.mil
(joshua.banks.5@us.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. The solicitation number is FA5209-13-Q-1021. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 and DFARS Publication Notice 20120906. 3. The NAICS is 339112, Small Business Size Standard for this NAICS code is 500. 4. There is no set aside for this RFQ in accordance with FAR 19.000(a) as this contract will be full and open competition. 5. DESCRIPTION: CLIN 0001: Part Number Description QTY 3747200 Sykes Endobrow Lift Set Set or equal 1 CLIN 0002 Description: Shipping Costs 1 (Please provide estimate for both locations 6. Delivery shall be F.O.B. Destination to: 374 MDSS/SGSM Unit 5225 Bldg 4145 D APO, AP 96328-5225 OR Defense Distribution Depot West Director of Distribution MEDEX, Bldg 16B-1 25600 Spitj Christman Rd Tracy CA 95376 Delivery Date: 60 Days ADC 7. The following provisions apply to this acquisition: THIS REQUEST DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF YOUR SUBMISSION OR TO ISSUE AN ORDER FOR SUPPLIES AND SERVICES. The FAR provision 52.212-1(June 2008), Instructions Offerors-Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.21-1 are: (a) All quotes are due on or before 1000 hours Japan Standard Time (JST), 11 March 2013. Electronic quotes are acceptable. Submission may be made via email to joshua.banks.5@us.af.mil, via facsimile at 042-530-9077/225-9907: ATTN: Joshua Banks. Quotes must reference the solicitation number. (b) All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov upon submission of request for quote (RFQ) to be considered responsive. If confirmation of SAM is not providing with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applied to this solicitation. Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (SEP 2005): (k) Taxes. The text is deleted and replaced as follows: (a) Unless otherwise provided in this contract, the contract price includes all applicable taxes and duties, except taxes and duties that the Government of the United States and the Government of Japan have agreed shall not be applicable to expenditures in Japan by or on behalf of the United States. (b) The Status of Forces Agreement between the Japan and the United States and implementing the Japanese laws authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Those taxes include (1) Consumption tax, (2) Gasoline tax and local road tax on gasoline, (3) Diesel oil tax, and (4) Liquefied petroleum gas tax. (c) The Contractor will submit requests for gasoline or diesel oil tax exemption certificate to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to support the accurate consumption of gasoline or diesel oil, or other necessary information and data as may be required. The Contracting Officer will issue to the Contractor a tax exemption certificate for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2012), is applicable to this procurement along with the following addenda. 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). DFARS 252.212-7000 OFFEROR REPRESENTATIOINS AND CERTIFICATIONS - COMMERCIAL ITEMS DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS is applicable to this procurement along with the following addenda. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) Alternate III (MAY 2002) of 252.247-7023. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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. Price 2. Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, and Quality Products (i.e., products brochures and/or products data shall be attached to the price proposal): If equal item is proposed, proof that the offered products are compatible with the existing items shall be submitted with the required technical data. All offerors shall submit 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, 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 eliminated from further consideration. (ii) Next, the Government will evaluate the lowest offeror's technical information as referenced in paragraph (a) 2 above. Technical Acceptability for all offerors will be rated as "met" or "failed" by personnel designated in 374 MDG. (iii) If the lowest offeror meets the Government technical capability as defined in above paragraph (a) 2, this 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. (End of Provision) 52.211-6 - Brand Name or Equal 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Feb 2012) Defense Priorities and Allocation System (DPAS): None 1) Solicitation must be signed, dated and submitted by 11 March 2013, 1000 AM, Japan Standard Time. All submissions can be electronically submitted to the following points of contact: Joshua Banks joshua.banks.5@us.af.mil Comm: 011-81-42552-7603 Belinda Tindal belinda.tindal@us.af.mil Comm: 011-81-31175-7539 2) Attachments: Attachment 1: Item Discription List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-13-Q-1021/listing.html)
 
Record
SN02984181-W 20130212/130210233214-e9a53a16960e42443cfbcc5553043fb7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.