Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2013 FBO #4149
SOLICITATION NOTICE

23 -- PROCUREMENT OF TWO (2) 8-PASSENGER CARRYALL TRUCK FOR OKINAWA

Notice Date
4/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008413T0041
 
Response Due
4/26/2013
 
Archive Date
5/11/2013
 
Point of Contact
Wendie Narvarte (81)046-816-9323 Orie Tomita
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
"OFFERORS ARE ADVISED THAT FUNDING MAY NOT BECOME AVAILABLE. IF FUNDS ARE NOT AVAILABLE, NO AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERORS WILL NOT BE REIMBURSED FOR ANY EFFORT OR PROPOSAL COSTS RESULTING FROM THIS SOLICITATION." This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N40084-13-T-0041 is issued as a request for quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The NAICS code is 423110 This acquisition is the purchase of two (2) Truck, carryall (wagon type), forward control, right hand drive, gasoline engine driven, 4X2, 8-passenger and dual type air conditioners to be delivered to NAVFAC PWD in Okinawa. The contractor shall quote pricing for F.O.B. delivery of vehicles to the specified delivery locations for contract line item number CLIN 0001. The contract requirements for this vehicle are outlined in Enclosure 1, Vehicle Specifications. CLIN 0001: Truck, carryall (wagon type), forward control, right hand drive, gasoline engine driven, 4X2, 8-passenger and dual type air conditioners. Quantity: 2 Delivery to: Bldg.3571, NAVFAC FE, BSV&E, Okinawa detachment (PRO 33) The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation. This solicitation is intended for local sources in accordance with FAR 5.202(a)(12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this solicitation, in accordance with the provisions of the U.S.-Japan Status of Forces Agreement. The following provisions apply to this acquisition: 1) FAR 52.212-1, Instructions to Offerors “ Commercial, 2) FAR 52.212-4, Contract Terms and Conditions “ Commercial Item, 3) FAR 52.212-5, Contract Term and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items, 4) All other provisions and clauses included in Enclosure 3. The Price Proposal Form has been provided in Enclosure 2 to the solicitation. Proposing contractors shall use the Q&A form provided in Enclosure 2 for presenting questions to NAVFAC Far East ™s point of contact, Ms. Wendie Narvarte. The end date for any question submittal shall be Thursday, 18 April 2013, and questions submitted after that time may not be answered. Submitting questions is not required to qualify for award, but is recommended. Proposing contractors must download Enclosure 3 for certain provision terms that must be filled-in and submitted before the closing date for quotes. Proposing contractors shall provide completed copies of both FAR 52.212-3, Alt. I, and DFARS 252.212-7001, or they may reference a current Online Representations and Certification Application (ORCA) record. Proposing contractors are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) database. THE DATABASE SYSTEM FOR CCR AND ORCA RECORDS HAS RECENTLY CHANGED; PLEASE LOG ON TO www.sam.gov TO APPLY FOR AN ACCOUNT TO ACCESS AND UPDATE YOUR RECORDS. This combined synopsis/solicitation is also available electronically on the Asia Navy Electronic Commerce Online (NECO) World Wide Web site (https://asia.neco.navy.mil/). In the event any amendments are posted via AsiaNECO prior to the due date, proposing contractors shall acknowledge receipt of all amendments at the time of submitting solicitation packages. BASIS OF AWARD: The Government will award a contract resulting from this RFQ to the responsible quoter whose quotation conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Acceptability Factor 2: Past Performance Factor 3: Price 1.Factor 1 “ Technical Acceptability: (i)RFQ Submittal Requirements: Overall compliance of the item offered with the stated specifications. (ii)Basis of Evaluation: Quotation demonstrates acceptable understanding of requirements or better. Technical considerations and capabilities meet performance and capability standards or better. Quotation offers one or more strengths, and strengths outweigh any weaknesses. The quotation represents a reasonable probability of success with overall moderate degree of risk in meeting the Government's requirements or better. 2.Factor 2 “ Past Performance (i)The Government will evaluate past performance based upon sources available to the contracting officer that may include Past Performance Information Retrieval System, FAPIIS, ESRS, inquiries to and responses from customers, and any relevant information submitted by the offeror. (ii)Quoters may also submit past performance information not to exceed 3 pages regarding provision of items similar in scope to what is required under this contract. Such information should clearly provide a point of contact for any customer references. 3.Factor 3 “ Price (i)The Government will evaluate price based on the total price. Total price consists of the basic requirements and all option items. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: a.Comparison of proposed prices received in response to the RFQ. b.Comparison of proposed prices with the IGCE. c.Comparison of proposed prices with available historical information. d.Comparison of market survey results. Technical and past performance, when combined, are approximately equal to cost or price. RFQ Submittal Requirements: 1.Price Proposal (i)Pricing shall be separate from technical proposal documents. (ii)Proposals shall be priced in Japanese Yen ONLY (use exchanged rate of ¥85/$1). (iii)Price proposal shall be submitted in hard copy “ one (1) original and one (1) copy “ and include: (iv)Price Proposal form (Enclosure 2) with all highlighted Blocks completed. Offered manufacturer ™s name/ model Number proposed delivery date shall be stated; If the offering delivery date differs from the requirement, the offer may NOT be considered as reasonable. 2.Technical Proposal: (i)List showing deviations from the specifications, Enclosure 2 (ii)Two (2) sets of catalogues or other product literature identifying the features and specifications of each vehicle offered. At a minimum, the literature should identify compliance with the specifications identified in Part I. 3.Past Performance: (i)Offerors may also submit past performance information not to exceed 3 pages regarding provision of items similar in scope to what is required under this contract. Such information should clearly provide a point of contact for any customer references. Other contract administration information is detailed under Enclosure 4. All documents are due no later than Friday, 26 April 2013, by 10:00 Japan Standard Time (UTC + 9 hours). Quotes and supporting documentation must be submitted by the deadline or they shall not be evaluated for award. A reminder that all correspondence should be in English; thank you for your understanding. Electronic copies of all proposal documents (technical and price) are hereby required. All electronic documents should be submitted in Adobe PDF format (*.pdf) unless an alternate format is approved by NAVFAC prior to the due date. Proposing companies may either submit their proposals by: a. Email. No email sent shall be larger than 4 MB in size. If the proposing company must send multiple emails, they must be labeled in the subject as œEmail x of n , where x is the unique number and n is the total number of emails. The time stamp of when the email is received shall be official, so please provide enough time when sending to allow for server delays. b. Postal or Delivery service. Please be advised that mail shall be recorded and dated on the received date, not the send date, so the recommendation for mailing is to ensure enough time for delivery to be made before the due date. All paper copies should be accompanied as well by an electronic version, and should be provided upon a CD or DVD disc (No Flash or Thumb Drives Please). No escort or pick up service for proposals at the main gate of Naval Base Yokosuka can be provided. For Japan mail, the address of the Purchasing Office is: Naval Facilities Engineering Command (NAVFAC) Far East Attn: Mr. Wendie Narvarte, Acquisition Department BLDG 1828, 2ND FLOOR, BOX 13, TOMARI-CHO, YOKOSUKA-SHI, KANAGAWA-KEN 238-0001 JAPAN Enclosure 1 “ Specification for CLIN 0001 Enclosure 2 “ Price Proposal Question & Answer Form Enclosure 3 “ Provisions and Clauses Enclosure 4 “ Contract Administration Attachment A “ Invoice and Final Release Forms
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008413T0041/listing.html)
 
Record
SN03027216-W 20130404/130402235616-f10f1b1ac62d015d9e8ce439ae90bb41 (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.