Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

61 -- Power Survey for Building 650 - Combo Synopsis - Statement of Work - FAR 52.212-3 Reps and Certs

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
FA520914Q1021-PowerSurvey
 
Archive Date
9/29/2014
 
Point of Contact
Kevin D. Flores, Phone: 81-42-552-3011, Keisuke Kiyotaka, Phone: 81-42-552-3014
 
E-Mail Address
kevin.flores.3@us.af.mil, keisuke.kiyotaka.jp@yokota.af.mil
(kevin.flores.3@us.af.mil, keisuke.kiyotaka.jp@yokota.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 Reps and Certs Statement of Work for Power Survey on Yokota AB Copy of Combo Synopsis/Solicitation 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 FA5209-14-Q-1021. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 and DFARS Publication Notice 20140805. The following provisions and clauses are applicable to this acquisition. FAR 52.203-6 - Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontact Awards (Jul 2013) FAR 52.212-1 - Instructions to Offerors-Commercial Items (Apr 2014) FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items (May 2014) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2014) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2014) FAR 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 - Equal Opportunity (Mar 2007) FAR 52.222-36 - Affirmative Action for Workers With Disabilities (Oct 2010) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) FAR 52.232-34 - Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) DFARS252.203-7005 - Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 3. The NAICS is 238210, Small Business Size Standard for this NAICS code is $15M. 4. This RFQ is unrestricted in accordance with FAR 6. 5. DESCRIPTION: Item No Description QTY Unit price Amount CLIN 0001 Power Survey 1 $ $ Total amount $ NOTE: Travel cost shall be included in each line item. 6. Delivery shall be F.O.B. Destination to: INSTALLATION ADDRESS: 374TH COMMUNICATIONS SQUADRON Unit 5081, Bldg. 650, Yokota AB Fussa-shi Tokyo, Japan 197-0001 Delivery Date: 30 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(April 2014), Instructions Offerors-Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 1400 Japan Standard Time (JST), 15 Sep 2014. Electronic quotes are acceptable. Submission may be made via email to kevin.flores.3@us.af.mil, via facsimile at 042-553-7786/530-33319: ATTN: Kevin Flores. Quotes must reference the solicitation number. (b) System for Award Management (SAM). Offerors must be registered in the System for Award Management (SAM) database (https://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. ADDENDUM TO FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 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 service meets the minimum standards of Item Descriptions, and Quality Products (i.e., products brochures and/or products data shall be attached to the price proposal). See attachment one (1) for scope of service and part descriptions. 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 "acceptable" or "unacceptable" by personnel designated in 374 CS. (iii) 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 evaluate the next low offeror in the same manner to determine 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. 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (MAR 2006) (a) Definition. "United States," as used in this clause means, the 50 States, the District of Columbia, and outlying areas. (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall: (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity; (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (c) The requirements of this clause do not apply to any subcontractor that is: (1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government. (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from 374aw.atfp@us.af.mil or DSN 225-6340. (End of clause) WIDE AREA WORKFLOW INVOICING SYSTEM: Pursuant to DFARS 252.232-7003 entitled "Electronic Submission of Payment Requests", the Department of Defense has implemented a new electronic invoicing/receiving report system, known as Wide Area Work Flow (WAWF). WAWF is a web-based program and is available at no cost to your company. For assistance with WAWF, please call 1-866-618-5988. You can self-resister at WAWF-RA https://wawf.eb.mil/ to use the system. Self-paced training is offered for WAWF-RA at http://www.wawftraining.com/ The following codes will be required to route your invoices and receiving report correctly through WAWF (Receiving report is not necessary because we are not able to approve the receiving report with WAWF system yet). TYPE OF INVOICE: 2-in-1 CONTRACT NUMBER: See block 2 DELIVERY ORDER NUMBER: See block 4 (if applicable) ISSUE BY DoDAAC: FA5209 ADMIN DoDAAC: FA5209 PAY OFFICE DoDAAC: F68800 SHIP TO DoDAAC: F4G3D5 Defense Priorities and Allocation System (DPAS): None 1) A Site Orientation will be conducted at Temporary Supply Gate located on the West Side and the bldg 305, Yokota Air Base, Japan at 1400 hours on 9 Sep 14 Japanese Standard Time (JST) for the purpose of reviewing the requirement under this solicitation. Submit the names of all attendees to Mr. Kevin Flores, Contract Specialist, at kevin.flores.3@us.af.mil prior to 08 Sep 14. This information must be provided in advance in order to ensure access to the conference site and adequate spaces for the conference attendees. 2) Offerors are requested to submit questions to the point of contract noted above no later than 11 Sep 14. Information provided at this conference shall not qualify the terms and conditions of the solicitation, they will remain unchanged unless the acknowledgment and receipt of solicitation amendments apply. A record of the conference shall be made and furnished to all prospective offerors. Please make sure to bring an ID with a picture and your permanent address such as passport or JYUKI card, so that temporary passes will be issued upon the verification of your picture IDs at the gate. 3) If you intend to utilize your driver's license, you must be able to provide the valid 8 pin numbers (8桁の暗証番号). If not, your access to base shall not be granted 4) All questions regarding the solicitation must be submitted no later than 11 Sep 2014, 0800 AM, Japan Standard Time, to allot sufficient amount of time for response. 5) Solicitation must be signed, dated and submitted by 15 Sep 2014, 1400 Japan Standard Time. All submissions can be electronically submitted to the following points of contact: Kevin Flores kevin.flores.3@us.af.mil Comm: 011-81-42552-3011 Keisuke Kiyotaka keisuke.kiyotaka.jp@us.af.mil Comm: 011-81-42552-3011 Attachments Include: 1. SOW dated 28 August 2014 2. Full text 52.212-3 Alt I - Must be completed by Contractor and returned with Price Schedule.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA520914Q1021-PowerSurvey/listing.html)
 
Place of Performance
Address: Yokota AB, Japan, Yokota AB, Non-U.S., Japan
 
Record
SN03488772-W 20140830/140829023744-db393442e7a2b41d1e1c83b756b0cfba (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.