Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2014 FBO #4548
SOLICITATION NOTICE

42 -- FirefightingEquipment - Tool Descriptions

Notice Date
5/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
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
FA5209-14-Q-QD10
 
Archive Date
5/30/2014
 
Point of Contact
Quortez J. Dorsey, Phone: 81-42-552-3014, Masaki Sato, Phone: 81-42-551-6120
 
E-Mail Address
quortez.dorsey@us.af.mil, masaki.sato.jp@us.af.mil
(quortez.dorsey@us.af.mil, masaki.sato.jp@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Item Specs 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; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number FA5209-14-Q-QD10 issued as RFQ and incorporated provisions and clauses are those in effect through FAC 2005-73, DPN 20140428 and AFAC 2014-0421. 3. The standard industrial classification code is 9224 Fire Protection, NAICS 423850. 4. Set-aside: None 5. List of Contract Line Item Numbers (CLINs): Please see attachment. 6. The following provisions applies to this acquisition: a) FAR 52-212-1 Instructions to offerors-Commercial items (Apr 2014). b) FAR 52.212-2 Evaluation-Commercial items (Jan 1999) This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (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, the stated Delivery Date, and Quality Products (Bauer or Equal) (i.e., products brochures and/or products data shall be attached to the price proposal). 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, 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. A single award will result from this evaluation. (ii) Next, the Government shall evaluate the offerors'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 USAG-J Fire. Technical acceptability is met when the offeror submits proof of technical descriptions/information as stated above and compliance with the delivery requirement. (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. (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 7. The following clauses applies to this acquisition: a) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Sep 2013). b) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders - Commercial Items (Jan 2014). The following FAR clauses listed at Para (c) apply to this RFQ. c) 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 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.223-18 Contractor Policy to ban Text Messaging While Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration. d) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 8. The Defense Priorities and Allocation System (DPAS) assigned rating is: None 9. Delivery shall be F.O.B. Destination to: DEFENSE LOGISTICS AGENCY DEFENSE DISTRIBUTION DEPOT SAN JOAQUIN TRACY DEPOT, BLDG 30, CCP 25600 CHRISMAN ROAD TRACY, CA 95376 Delivery Period: 30 Days ARO 10. Response Date and time (Japan local time): 14 May 14, 1300 Local Japan Time Quotes must be signed and dated before submission. All submissions can be electronically submitted to the following point(s) of contact. A1C Quortez J. Dorsey quortez.dorsey@us.af.mil Comm: 011-81-31175-56691 Mr. Masaki Sato masaki.sato.jp@us.af.mil Comm: 011-81-31175-57544
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-14-Q-QD10/listing.html)
 
Place of Performance
Address: USAG Japan, Unit 45006, APO AP, Non-U.S., 96343-5006, Japan
 
Record
SN03359091-W 20140508/140506235445-0d5dbbd5b87648f4c26ade8749c88b56 (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.