Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2014 FBO #4659
SOLICITATION NOTICE

42 -- Hydraulic Rescue Equipment

Notice Date
8/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA5682-14-Q-0018
 
Archive Date
10/1/2014
 
Point of Contact
Jonathan D. Davidson, Phone: 3146324307, Ross Lovett, Phone: 3146327961
 
E-Mail Address
jonathan.davidson.1@us.af.mil, ross.lovett.2@us.af.mil
(jonathan.davidson.1@us.af.mil, ross.lovett.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA5682-14-Q-0018. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, (Effective 01 Aug 2013), DPN 20130808 (Effective 08 Aug 2013), AFAC 2013-0327 (Effective 27 Mar 2013). (iv) Due to the overseas location of this solicitation, no set-aside will be used. The North American Industry Classification System (NAICS) code is 423490. (v) Quote are due to this office no later than 0800 hrs, Eastern Standard Time, 5 Sep 14 sent via e-mail to jonathan.davidson.1@us.af.mil or ross.lovett.2@us.af.mil. All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 60 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items described in the below paragraph. (vi) Potential offerors are to quote on the following line items: Line Item No Item Description Quantity Unit of Issue Unit Price Total Amount 0001 HUR-274060000 HURST R 424 RAM OR EQUAL 1 EA 0002 HUR-274070000 HURST R430 RAMS OR EQUAL 1 EA 0003 HUR-275710000 HURST P 650 SC POWER UNIT STREAMLINE OR EQUAL 1 EA 0004 HUR-272040000 HURST S-510 CUTTER OR EQUAL 1 EA 0005 HUR-273047000 HURST SC 557 COMBINATION TOOL OR EQUAL 1 EA 0006 HUR-271014000 HURST SP 310 SPREADER STREAMLINE OR EQUAL 1 EA Offerors are authorized to quote line items indicated above as an "or equal." If an "or equal" is quoted, the offeror is required to submit the technical specifications along with the offer. All "Or Equal" quoted items must meet or exceed the technical specifications of all brand name items requested in above Line Items. Items will be shipped to the following address: 31 CES/CEF ATTN: SSgt Knutson UNIT 6110 APO, AE 09604-6110 Federal Acquisition Regulation Provision: (vii) FAR 52.212-1, Instructions to Offerors--Commercial Items (Jul 2013), applies to this acquisition. Addendum 52.212-1(c). Period of Acceptance of Offerors. The paragraph is tailored as follows: " The offeror agrees to hold the prices in its offer for 60 calander days from the date specified for receipt of offers". PROPOSAL CONTENTS 1. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Proposals must be completed and self-sufficient. The response shall consist of one part: Price Proposal: Insert price for items 0001-0006 above. Insert remittance information for EFT payments, complete all applicable spaces of 52.212-3 (Representations and Certifications) and sign each page of the proposal which can be found at the following web site http://www.farsite.hill.af.mil/. In Accordance with FAR 52.232-18 Availability of Funds - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (viii) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The Government will award a firm-fixed price 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. Far Part 13 will be used. The following factors shall be used to evaluate offers: (1) Technical (2) Price ADDENDUM TO FAR - EVALUATIONS - COMMERCIAL ITEMS (JAN 1999) (a) General Information: All proposals received will be subject to an evaluation by a team that includes Government personnel experienced in the technical part of the offer. The Government intends to evaluate offers and award without discussions. The offerors initial offer should contain the offers best terms from a technical part; price standpoint, however the Government reserves the right to conduct discussions if it's in the best interest. (b) Basis for Award. The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive that reflects a complete understanding of the requirement and represents the best value to the Government based on selection of the technically acceptable quotation with the lowest evaluated price. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. Award will be made to the responsible offeror whose proposal offers the best value to the Government. (c) Proposal Uniformity: Uniformity of the proposal submitted is essential to ensure fair and accurate evaluation. For this reason, proposals which do not conform to all the terms and conditions of this solicitation shall be considered unacceptable. 1. Technical Evaluation Process The Government shall evaluate the proposals submitted by verifying that all required documentation listed in the Addenda to 52.212-1, Instructions to Offerors and technical information has been submitted by each Offeror. Offers incomplete shall receive no further consideration for award of the contract. Upon completion of this initial evaluation step one of the following ratings shall be assigned to each offer. Only proposals rated "acceptable" shall receive further consideration for contract award. Acceptable Offeror has provided all documentation, technical documentation which demonstrates compliance with technical specifications. Unacceptable Offeror has failed either failed to submit requested documentation or technical documentation which demonstrates compliance with technical. 2. Price a. Price Evaluation Factor: For award purposes, the offeror will be evaluated on the TOTAL price of all the CLINS contained in the Schedule. Failure to include all prices will exclude the offer from further consideration for award. The Contracting Officer shall determine that prices are fair and reasonable based on competitive offers in accordance with FAR 13.106-3. (End of provision) (ix) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2014). (x) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. No addenda to this clause. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2014). The following additional FAR clauses cited in the clause are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (xii) The following clauses and provisions apply to this solicitation and are filled in as follows: DFARS 252.229-7001 Tax Relief (Jun 1997) NAME OF TAX: _________________ RATE (PERCENTAGE): ________________ 252.229-7003 Tax Exemptions (Italy) (Mar 2012) (iii) The following fiscal code(s): 91000190933. AFFARS 5352.201-9101 Ombudsman (Apr 2014) Primary Command Ombudsman: Ms. Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 (xiii) The following clauses and provisions apply to this solicitation and are included by reference: FAR 52.204-7 System for Award Management (Jul 13) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.211-6 Brand Name or Equal (Aug 1999) 52.215-5 Facsimile Proposals (Oct 1997) 52.223-18 Encouraging Contract Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification (Dec 2012) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.233-3 Protest After Award (Aug1996) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-4 Alterations in Contract (Apr 1984) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.253-1 Computer Generated Forms (Jan 1991) DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Requirements Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.215-7007 Notice of Intent to Resolicit (Jun 2012) 252.215-7008 Only One Offer (Oct 2013) 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Dec 2012) 252.225-7041 Correspondence in English (Jun 1997) 252.229-7000 Invoices Exclusive of Taxes or Duties (Jun 1997) 252.232.7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.243-7001 Price of Contract Modifications (Dec 1991) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 252.247-7023 Transportation of Supplies by Sea Alternate I (Apr 2014) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) AFFARS 5352.223-9000 Elimination of Use of Class 1 Ozone Depleting Substances (Nov 2012) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.225-9004 Submission of Offers in Other Than United States Currency (Jun 2006) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) * The full text of the FAR, DFARS and AFFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xv) Any responsible vendor can submit an offer to this agency. Offers received will be reviewed and considered for award. (xvi) The point of contact for this combined synopsis/solicitation is 2nd Lieutenant Ross Lovett or SrA Jonathan Davidson who can be reached at 011-39-0434-30-4307 or by e-mail, ross.lovett.2@us.af.mil and jonathan.davidson.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/879188499535aafde962fbcf5b352668)
 
Place of Performance
Address: 31 CES/CEF ATTN: SSgt Knutson, Unit 6110, APO, AE 09604, APO, Non-U.S., 09604, Italy
 
Record
SN03480314-W 20140827/140826001934-879188499535aafde962fbcf5b352668 (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.