Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOLICITATION NOTICE

23 -- Slow Moving Vehicles - Specifications Spreadsheet - Requirement CLINs Pricing Detail

Notice Date
9/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Air Force, US Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280, Turkey
 
ZIP Code
00000
 
Solicitation Number
FA5685-15-Q-0049
 
Archive Date
10/9/2015
 
Point of Contact
Jonathan D. Davidson, Phone: 3146768074
 
E-Mail Address
jonathan.davidson.1@us.af.mil
(jonathan.davidson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Requirement CLINs Pricing Detail Specifications Spreadsheet General Information Notice Type: Combined Synopsis/Solicitation Solicitation Number: Title: FA5685-15-Q-0049 Slow Moving Vehicles Posted Date: 14 September 2015 Questions Due Date: 21 September-2015 Solicitation Response Date: 24-September-2015 Estimated Award Date: 30-September-2015 Set Aside: Full and Open without exclusions - (See DECA info) Classification Code: 23, Ground effects vehicles, motor vehicles, trailers & cycles NAICS Code: 336112 -- Light Truck and Utility Vehicle Manufacturing. DECA information "Due to an established economic agreement between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey, as required by the Defense and Economic Cooperation Agreement, Supplementary Agreement 3, Article VI. If it is discovered that the U.S. Air Force is not able to make award to a business concern within the country of Turkey, it reserves the right to make award to a business concern that is not within the country of Turkey." Business concerns not within the country of Turkey should be aware of challenges associated with doing business in the Republic of Turkey. Challenges may include: Turkey Social Security Tax (may be as high as 80%) VISA Turkey Residency Permit Business certificates/licenses as required by the country of Turkey Turkey requires a CE marking (European Union Standards/certification conformity) on all goods imported into the country Customs clearance Health Care insurance not provided by contract U.S. base housing not provided U.S. base support facilities not authorized/provided (i.e. medical, commissary, Base Exchange, fuel station, etc.) Additional information may be found at: http://turkey.usembassy.gov/doing_business_in_turkey.html http://export.gov/turkey/doingbusinessinturkey/index.asp In accordance with FAR 52.232-18, 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. Synopsis •I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Additionally, the Government will utilize simplified procedures in accordance with Subpart 13. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. •II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes or electronic quotes on RFQ reference FA5685-15-Q-0049. •III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 (August 2015). •IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 336112 -- Light Truck and Utility Vehicle Manufacturing. •V. This combined synopsis/solicitation is for four (4) slow moving vehicles. •VI. The following commercial items are requested : Slow moving vehicles. List of Attachments: - Attachment 1, Requirement CLINs Pricing Detail (10 September 2015) •VII. The delivery period for this requirement is 90 days after contract award. All items shall be delivered to the following address: 39 CS/SCX Incirlik AB, Turkey ATTN: Mr. John Price TEL. 39-0434-308138 EMAIL: john.price.25@us.af.mil Delivery method must be stated in your quote. •VIII. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) GENERAL INSTRUCTIONS Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. •IX. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. Please see the addendum below. Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) The Government will award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to offer the Best Value to the Government which in the Government's estimation provides the greatest overall benefit to the user. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet the delivery and specification requirements of this Combined Synopsis/Solicitation. If providing an "equal" item, please list the brand name (if applicable), part number (if applicable), and full specifications that provides sufficient detail for the Government to determine whether or not the substituted products quoted can satisfy the government need. Only new equipment will be accepted. Re-manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote. •X. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015), Alternate I (May 2014), with their offer, or complete paragraph (b) of 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. •XI. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. •XII. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2015), applies to this acquisition; additional FAR clauses cited in the clause are: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). __ X __ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). FAR 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of clause) •XIII. Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.214-34 Submission of Offers in the English Language FAR 52.214-35 Submission of Offers in U.S. Currency FAR 52.225-14, Inconsistency Between English Version and Translation of Contract FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran FAR 52.232-18 Availability of Funds FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest ( TSgt Stephen Fray, 39 CONS/LGCB, Unit 7090 Box 127, APO, AE 09824, Bldg. 485, Incirlik Hava USSU, Adana Turkey ); FAR 52.252-1, Solicitation Provisions Incorporated by Reference ( https://farsite.hill.af.mil ) FAR 52.252-2, Clauses Incorporated by Reference ( https://farsite.hill.af.mil ); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A, System for Award Management Alternate A; DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.222-7002, Compliance With Local Labor Laws (Overseas) DFARS 252.225-7041, Correspondence in English; DFARS 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outside the United States (ATO Support Staff, 39 SFS/S5AT contracts using FAR part 12 procedures for the acquisition of commercial items) DFARS 252.229-7000, Invoices Exclusive of Taxes or Duties; DFARS 252.229-7001, Tax Relief ( 18% ); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7008, Assignment of Claims (Overseas); DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.233-7001, Choice of Law (Overseas); DFARS 252.244-7000, Subcontracts for Commercial Items; AFFARS 5352.201-9101 Ombudsman ( Douglas Guldan, HQ USAFE/AFICA-KU Telephone Number: DSN: (314) 480-2209, COMM: 0049-6371-47-2209, Email: douglas.guldan@us.af.mil ); AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installation •XIV. All firms must have base access and be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number. •XV. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. •XVI. Quotes must be received no later than 1700 Eastern European Time (EET), 20 September 2015. Contracting Office Address: US Vendors: SrA Jonathan Davidson 39th Contracting Squadron Unit 7090 Box 127, APO AE 09824 Local Vendors: SrA Jonathan Davidson 39th Contracting Squadron Building 485, Incirlik Hava USSU, Adana, Turkey Place of Delivery: 39 CS/SCX Incirlik AB, Turkey ATTN: Mr. John Price •XVII. If there are any questions on the requirement, please contact the individuals below: Jonathan D. Davidson Contract Specialist Phone (011) (90) 322-316-8075 DSN 676-8075 Email jonathan.davidson.1@us.af.mil Stephen M. Fray Contracting Officer Phone (011) (90) 322-316-8075 DSN 676-8075 Email stephen.fray@us.af.mil Attachments: Attachment# Title Page Number 1 Requirement CLINs Pricing Detail 1 2 Specifications Spreadsheet 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7316bac2630573074779b47976cf98ad)
 
Place of Performance
Address: 39 CS/SCX, Incirlik AB, Turkey, Adana, Non-U.S., Turkey
 
Record
SN03885805-W 20150916/150915000707-7316bac2630573074779b47976cf98ad (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.