Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2016 FBO #5388
MODIFICATION

23 -- Decoy SA-15 SAM - Solicitation 1

Notice Date
8/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, 96319-5201
 
ZIP Code
96319-5201
 
Solicitation Number
FA5205-16-Q-B054
 
Archive Date
9/21/2016
 
Point of Contact
Benjamin T. Albers, Phone: 3152264895, SSgt Joshua W. Blalock, Phone: 3152264895
 
E-Mail Address
benjamin.albers@us.af.mil, joshua.blalock.1@us.af.mil
(benjamin.albers@us.af.mil, joshua.blalock.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FA5205-16-Q-B054, Request for Quotation **The purpose of this amendment is begin request for quotes from interested vendors. During the presolicitation synopsis it was brought to the governments attention that there are more then one vendor capable of providing SAM Decoys. This solicitation is no longer a sole source requirment. Please see below for solicitation details.** This is a solicitation prepared in accordance with the format in FAR Subpart 13.1, as supplemented with additional information included in this notice. The solicitation number is FA5205-16-Q-B054; this solicitation is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-88, DPN 20160630, and AFAC 2016-0603. This acquisition will be full and open competition. Item No. Description Qty Unit Unit Price Extended Price 0001 Realistic SA-15 Replica Training Decoys -Full size metal replica target constructed to realistically replicate a SA-15 "Gauntlet" Tor Missile System vehicle. -Trailer mounted -Include shipping cost 1 EA Total Amount: Award shall be made in the aggregate, all or none. SHIPPING ADDRESS/CONSOLIDATION POINT: F.O.B. Destination shall be quoted for supplies unless there are valid reasons to the contrary. Shipping cost should be included in the total quoted price. See below for shipment options. Ship through DLA For shipment from within the United States include the cost of shipping the items to Defense Distribution Depot San Joaquin (DDJC), Tracy Depot unless an exemption applies. Please see exemptions below; if exemptions apply you must contact SDDC for booking and shipping instructions. Shipping Information: Defense Logistics Agency Defense Distribution Depot San Joaquin (DDJC), Tracy Depot Address: Bldg. 30, CCP, 25600 Chrisman Road, Tracy, CA 95376 [Delivery Hours 07:00 - 15:30, M-F. All delivery appointments will be made at least 24 hours in advance through the carrier appointment system (aka. CAS). For registration/system information, call 1-800-462-2176, option 3. Any question regarding an appointment call 24 hours in advance.] Exeptions to DDJC shipping: The following material and/or shippment types should not be routed to a DLA consolidation and containerization activity (DDJC). The vendor must contact the military Surface Deployment and Distribution Command (SDDC) Movement Support Teams to book and document items: •a. Release unit (RU) shipment or combination of LRU's which economically (by cube or weight) fill a seavan for a single consignee or overseas breakbulk activity. •b. Single items oversize to a 40-foot seavan (maximum item dimensions L= 228" x W = 85" x H = 85", or occupying 50 percent or more of the floor space in a 40-foot seavan). •c. Air - eligible item(s) outsized to a single 463L pallet (L = 84" x W = 104" x H = 96"); or over 9645 lbs.; or containing hazardous material (Contact Aerial Port of Embarkation for these shipments). •d. Navy CASREPS and Air Force and Marine Corps high-priority (TP1 or TP2 designated 999, 777, 555, N__, and E__, or RDD under 21 days (60 days USMC) which have not been downgraded to surface. •e. Foreign Military Sales (FMS) shipments (except authorized special projects identified in the MAPAD). •f. Shipments consisting of material categorized as follows (WATER COMMODITY CODE): •1) Aircraft, unboxed, (990) •2) Arms, ammunition, explosives and radioactive waste, (40X-499;680-686) Exception: (DDJC accepts 1.4 explosives) •3) Baggage/household goods, (360-399) Exception: (DDJC Accepts HHG/Baggage) •4) Boats, (640-642) Exception: (DDJC & DDSP can accept boats within the limits of paragraph 1b). •5) Bulk cargo, unpacked, dry or liquid, (200-280) •6) Classified or intelligence material or material requiring Transportation Protective Services •7) Controlled substances, (532, 533, 537, 540, 542) •8) Mail, (610-619) •9) Privately Owned Vehicles (POV), (300-359) •10) Radioactive material, (Type Cargo Code A, 4) •11) Radioactive material, (Water Commodity Code 451-496) •12) Refrigerated cargo, (100-189) •13) Special cargo/oversized •a) Antisubmarine equipment, (800-809) •b) Boats and boxed vehicles, (810-829) •c) Lumber and logs, (832-840, 842-843, 845-846, 848-849, 851-859) •d) Special cargo (860-894) Exception: DDJC & DDSP accept vehicles (except POVs) that can be loaded in a seavan or on a flatrack and meet the dimensional limitations. •14) Subsistence, perishable, (500-529) •15) Water Type Cargo Code A, C, D, I, J, P & S •16) Water Special Handling codes - Single Handling Condition, 2, 3, 4, 5, 6, 7 & 8 •g. Parcel Post material addressed to an Army Post Office (APO)/Fleet Post Office shall be shipped via parcel post to the customer. SDDC Point of Contact Information: SDDC 597th BDE S3 Booking Office Address: 661 Sheppard Place, Fort Eustis, VA 23604-1626 Email- usarmy.jble.597-trans-bde.mbx.north-south-occa-booking-office@mail.mil Phone- 1-757-878-7513/8235/7516/8418/8364/0635/8360/0650 EVALUATION CRITERIA: Evaluation of quotations will be completed in accordance with FAR 13.106-2. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government. Evaluation Factors: (1) Technical and (2) Price. Technical Acceptable/Unacceptable Rating Method Adjectival Rating Description Acceptable Proposal meets the requirements of the solicitation Unacceptable Proposal does not meet the requirements of the solicitation Contractors must be actively registered with the System Award Management (SAM). Lack of registration in the SAM database will make an offeror ineligible for award. The Contractor is required to confirm on an annual basis that its information in the SAM database is accurate and complete at https://www.sam.gov/. (IAW FAR 52.232-33 Payment by Electronic Funds Transfer- System Award Management, Jul 13) Contractors must be registered in Wide Area Work Flow (WAWF). The WAWF system is the method to electronically process vendor payment requests and receiving reports, at http://wawf.eb.mil /. ( Authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports ) RESPONSE TIME: Please send any response NO LATER THAN 2100 on 6 Sep 16 (JST) or 0800 on 6 Sep 16 (EST). Point of contact is Benjamin Albers, SrA, Contracting Specialist, Telephone 011-81-176-77-4895, Email benjamin.albers@us.af.mil. Alternate POC is Joshua Blalock, SSgt, Contracting Officer, Telephone 011-81-176-77-4895, Email joshua.blalock.1@us.af.mil. PROVISIONS/CLAUSES: The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Provisions/Clause incorporated by Reference: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors -- Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.228-3 Workers Compensation Insurance (Defense Base Act) FAR 52.228-4 Workers Compensation and War-Hazard Insurance Overseas FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information for Litigation Support DFARS 252.215-7007 Notice of Intent to Resolicit DFARS 252.215-7008 Only One Offer DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items AFFARS 5352.201-9101 Ombudsman Provisions/Clause incorporated by full text: FAR 52.252-2 -- Clauses Incorporated by Reference As prescribed in 52.107 (b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) AFFARS 5352.201-9101 -- OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Air Force Installation Contracting Agency (AFICA)/KP Director, 1940 Allbrook Drive, Building 1, Wright-Patterson AFB OH 45433, Phone: (937)257-5529, Fax: (937)656-0919. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsm level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/35CONS/FA5205-16-Q-B054/listing.html)
 
Place of Performance
Address: Misawa AB, Japan, Misawa AB, Japan
 
Record
SN04235817-W 20160824/160823000235-28a192d79cb6a61f2a18c77fc8a61253 (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.