Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

72 -- Double Tier Wardrobe Lockers

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
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
FA5685-16-Q-0020
 
Archive Date
7/30/2016
 
Point of Contact
Chelsea B. Baker, Phone: (011) (90) 322-316-8075, David J. Alvarez, Phone: (011) (90) 322-316-8075
 
E-Mail Address
chelsea.baker@us.af.mil, david.alvarez.1@us.af.mil
(chelsea.baker@us.af.mil, david.alvarez.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Notice Type: Combined Synopsis/Solicitation Solicitation Number: Title: FA5685-16-Q-0020 Double Tier Wardrobe Lockers Posted Date: 30 June 2016 Questions Due Date: 8 July 2016 Solicitation Response Date: 15 Julu 2016 Estimated Award Date: 18 July 2016 Set Aside: Full and Open without exclusions - (See DECA info) NAICS Code: 423440 - Other Commercial Equipment Merchant Wholesalers 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   Synopsis 1. 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. 2. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit electronic quotes to chelsea.baker@us.af.mil and david.alvarez.1@us.af.mil with the RFQ reference FA5685-16-Q-0020. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 (15 June 2016). 4. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 423440 - Other Commercial Equipment Merchant Wholesalers. 5. This combined synopsis/solicitation is for metal double tier wardrobe lockers. 6. The following commercial items are requested: LINE ITEM DESCRIPTION QTY 0001 Tennsco Double Tier Wardrobe Locker Set (Or Equal) Must have the following characteristics • Model: DTS-121836-CSD Each Set includes six (6) • Each lockers 12 inches wide by 18 inches deep by 36 • Each Set is 72 inches high with no legs. • 16-gauge steel doors • 16-gauge reinforced frame • 24-guage door stiffener • Metal lift handle with hold for padlock 65 Sets (6 lockers per set/390 total lockers) 0002 Shipping 1 Each 7. The delivery period for this requirement is 30 days after contract award, no later than 18 August 2016. All items shall be delivered to the following address: 39 FSS Incirlik AB, Turkey ATTN: SSgt Scott Turmell/SSgt Aaron Webb 39 FSS/FSVS Building 973 TEL. 011-90-322-316-6086 EMAIL: scott.turmell@us.af.mil Delivery method must be stated in your quote IAW FAR 52.247-34 8. 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 THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 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. 9. 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. 10. 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. 11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. 12. 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: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (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. (Oct 2015) (31 U.S.C. 6101 note). 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of clause) 13. 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 52.211-17, Delivery of Excess Quantities 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 52.233-1, Disputes FAR 52.233-2, Service of Protest (MSgt David Alvarez, 39 CONS/LGCB, Unit 7090 Box 127, APO, AE 09824, Bldg. 485, Incirlik Hava USSU, Adana Turkey); FAR 52.247.34, F.O.B. Destination; 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 15. 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. 16. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. 17. Quotes must be received no later than 1100 Eastern European Time (EET), 15 July 2016. Contracting Office Address: SSgt Chelsea Baker 39th Contracting Squadron Building 485, Incirlik Hava USSU, Adana, Turkey Place of Delivery: 39 FSS/FSVS Building 973 Incirlik AB, Turkey ATTN: SSgt Scott Turmell/SSgt Aaron Webb 18. If there are any questions on the requirement, please contact the individuals below: Chelsea Baker Contract Specialist Phone (011) (90) 322-316-8075 DSN 676-8075 Email chelsea.baker@us.af.mil David J. Alvarez Contracting Officer Phone (011) (90) 322-316-8075 DSN 676-8075 Email David.alvarez.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e690027a073a8411150324f302014dfc)
 
Place of Performance
Address: Place of Delivery:, 39 FSS/FSVS, Building 973, Incirlik AB, Turkey, ATTN: SSgt Scott Turmell/SSgt Aaron Webb, Incirlik AB, Non-U.S., United States
 
Record
SN04169389-W 20160702/160701000931-e690027a073a8411150324f302014dfc (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.