Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

68 -- Water Treatment Chemicals for Plants - RFQ#17QB015

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous 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
FA5205-17-Q-B015
 
Archive Date
6/17/2017
 
Point of Contact
Yoshiya Hatanaka, Phone: 1181716773895, Tamaki Hunt, Phone: 3152264895
 
E-Mail Address
yoshiya.hatanaka.jp@us.af.mil, tamaki.hunt.jp@us.af.mil
(yoshiya.hatanaka.jp@us.af.mil, tamaki.hunt.jp@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Blank Price Schedule for submission. Statement of Work (SOW) for Water Treatment Chemicals & Delivery Plan. Amendment 01 for RFQ#FA5205-17-Q-B015. Closing date was changed to 2 Jun 17. Front page of SF 1449 w/CO's signature. RFQ#FA5205-17-Q-B015. Request for Quotation (RFQ) for Water Treatment chemicals for 35 CES Plants, Misawa Air Force base, Japan. Total page 64. REQUEST FOR QUOTATION: This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA5205-17-Q-B015; this solicitation is a Request for Quotation (RFQ). Offerors may use another format for submission of a response to this RFQ. All responses must contain the minimum information required as listed below. Please provide the following information: Company Name: CAGE Code: DUNS No.: Quote Expiration: Prompt payment discount terms: Delivery Time: Name of Offeror: Offeror Email: Offeror Phone: Signature: Date: Award shall be made in the aggregate, all or none. To be considered for award, offers of "or equal" products of the brand name manufacturer, must-meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by--Brand name, if any; and Make or model number. Include descriptive literature available to the Contracting Officer and clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Unless the offeror clearly indicates in its offer that the product being offered is an "or equal" product, the offeror shall provide the brand name product referenced in the solicitation. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." SHIPPING ADDRESS/CONSOLIDATION POINT: F.O.B. Destination shall be quoted for supplies to be delivered within the United States unless there are valid reasons to the contrary. Shipping cost should be included in the total quoted price. Please 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. Primary 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.] Exceptions to DDJC shipping: The following material and/or shipment 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 ADDENDA TO FAR 52.212-2 Basis for Contract Award: This is a competitive best value acquisition utilizing the Lowest Price Technically Acceptable source selection process. Award will be made to the lowest priced technically acceptable quotation meeting the acceptability standard for non-price factors. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instruction To Offerors, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications provided in clause FAR 52.212-3, and technical requirements in addition to those identified as evaluation factors. All acceptable offerors in terms of non-price factors shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: (a) Step 1, Acceptability of Product/Service. Initially, the Government will evaluate the non-price factors of the technical proposals on a pass/fail basis, assigning ratings of Acceptable or Unacceptable. A proposal rated "Unaccetpable" for the technical proposal and/or past performance will not be considered for award. (1) Technical Proposal. The proposals shall be evaluated against the chemical delivery plan as stated in Addenda to FAR 52.212-1 para C, Specific Instructions. The chemical delivery plan shall state the method and information to deliver Alumina P.A.C for Water (Price Schedule SubCLIN No. 0001AA) as an example case for emergency calls within two (2) calendar days (the SOW, para 1.3). The chemical delivery plan shall include: 1) Point of Contact (POC), his/her address and telephone number at the time of calls; 2) company's name, POC, address, and telephone number to stock the chemical; 3) route to transport the chemical; 4) and time schedule. The offers will be evaluated against the following criteria: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Valid Delivery Plan: Proposal clearly meets the minimum requirements of the solicitation (all required items are included in the chemical delivery plan, and the delivery plan is realistic to deliver chemicals for emergency calls as specified in the PWS). Possession of following Licenses: a. Certificate for responsible personnel handling poisonous and deleterious substances (Dokubutsu Gekibutsu Toriatsukai Sekininsha); and b. Certificate of dangerous object handler (Kikenbutsu Toriatsukaisha). Unacceptable Proposal does not clearly meets the minimum requirements of the solicitation (all or some of required items are not included in the chemical delivery plan, and the delivery plan is not realistic to deliver chemicals for emergency calls as specified in the PWS). No Possession of following Licenses: a. Certificate for responsible personnel handling poisonous and deleterious substances (Dokubutsu Gekibutsu Toriatsukai Sekininsha); and b. Certificate of dangerous object handler (Kikenbutsu Toriatsukaisha). (b) Step 2, Price. The Government will rank all offers, which are rated acceptable in terms of non-price factors, by price, including the price of option. The price evaluation will document reasonableness and affordability of the proposed total evaluated price. The Government will determine the lowest priced offeror as follows: (1) Total amount of an option specified in the schedule under the authority of contract clause, FAR 52.217-9 "Option to extend the Term of the Contract" will be added to the basic year requirement. Basic Year Total Amount of CLIN 0001 (Total Amount of Price Schedule A) Option Year One (1) Total Amount of CLIN 1001 (Total Amount of Price Schedule B) Option Year Two (2) Total Amount of CLIN 2001 (Total Amount of Price Schedule C) (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (End of provision) ADDENDA TO FAR 52.212-4 FAR 52.212-4 is tailored as follows: a. FAR 52.212-4, para (k), Taxes, is changed to read "Exemption from Japanese customs duties and taxes. Resulting contract shall be exempt from customs duties and taxes of Japan, in accordance with articule XI and XII of the Status of Forces Agreement between Japan and the United States." Offerors are required to submit a statement of "Japanese customs duties/taxes exclusion from the quotation", when submitting the quotation. ADDENDA TO FAR 52.212-1 FAR 52.212-1 is tailored as follows: a. FAR 52.212-1, Para. (c), Period for acceptance of offers. Acceptance period is changed to read "Ninety (90) calendar days". b. FAR 52.212-1, Para. (h), Multiple Award, is changed to read "The Government intends to make a single award resulting from this solicitation, based on overall assessment of each proposals (combination of technical capability and price) as stipulated in the provision FAR 52.212-2 of this solicitation." c. The following paragraph is added as paragraph (o): (o) Mobilization and Phase In Period. In the event other than the incumbent contractor is the successful offeror, a period of 4 weeks is deemed necessary for the new contractor to mobilize, phase-in, and complete preparations prior to the start of performance. All offerors are cautioned to be fully aware of the above and consider the above phase-in time in their planning, and the pricing of their proposals. d. The following paragraph is added as paragraph (p): (p) Quotation Preparation Instructions. A. To assure timely and equitable evaluation of the quotation, the offeror must follow the instructions contained herein. The quotation must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts of Technical Acceptability and Price. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial quotations, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: 1. PRICE PROPOSAL. (a) Complete Blocks 12, 17, and 30a, b, and c of SF 1449. IN doing so, the offeror accedes to the contract terms and conditions as written in the SOLICITATION, with attachments. (b) Insert proposed prices in page 3 and 47 of SF 1449 - Continuation Sheet for each Contract Line Item Number (CLIN). (c) Insert proposed unit and extended prices in Price Schedule A and C of Table of Contents for each Sub Price Schedule Line Item (SubCLIN). Total estimated amount of SubCLINs of Price Schedule A, B and C shall be in agreement of amount of CLIN 0001, 1001 and 2001 in above paragraph (b). Together with written quotation, submit an electronic file of MS Excel spreadsheet for completed Price Schedule A thru C, named as: (Identifiable offeror's name)_17QB015_Price Schedule A-C.xls. 1. TECHNICAL PROPOSAL. Chemical delivery plan for emergency deliveries IAW Para 1.3 of the SOW, Attachment 1 of the solicitation. The chemical delivery plan shall state the method and information to deliver Alumina P.A.C for Water (Price Schedule SubCLIN No. 0001AA) as an example case for emergency calls within two (2) calendar days (the PWS, para 1.3). The chemical delivery plan shall include: 1) Point of Contact (POC), his/her address and telephone number at the time of calls; 2) company's name, POC, address and telephone number to stock the chemical; 3) route to transport the chemical; 4) time schedule. The contractor is also required to submit all required certificates issued by the Government of Japan for the handling and sale of all required chemicals. General Information INFORMAITON REGARDING SUBMISSION OF QUOTATION: Hand carried quotations must be deposited in 35th Contracting Squadron, Bldg 656, Misawa Air Base, Japan. The sealed envelope or package used to submit your quotation must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Offerors are cautioned that Misawa AB has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTATIONS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the 35th Contracting Squadron PRIOR to the time specified for receipt. Late quotations will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdraws of offers." FEDERAL HOLIDAYS: The Federal Legal Holidays listed in para. 2.3 of the SOW, Attachment 1 of the solicitation is observed by this base. (End of addenda) RESPONSE TIME: Please send any response NO LATER THAN 1130 on 2 Jun 17 (JST). Point of contact is Mr. Hatanaka Y., Buyer, Telephone 011-81-176-77-3895, Email yoshiya.hatanaka.jp@us.af.mil. Alternate POC is Tavis.Salas, MSgt, Contracting Officer, Telephone 011-81-176-77-4895, Email tavis.salas@us.af.mil. PROVISIONS/CLAUSES: *** See attached RFQ#FA5205-17-Q-B015. ADDENDA TO FAR 52.212-4 FAR 52.212-4 is tailored as follows: Paragraph (k), Taxes, is changed to read "Exemption from Japanese customs duties and taxes. Resulting contract shall be exempt from customs duties and taxes of Japan, in accordance with article XI and XII of the status of Forces Agreement between Japan and the United States. This is applicable to Japanese contractors only. (End of Addenda) 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) 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/FA5205-17-Q-B015/listing.html)
 
Place of Performance
Address: Misawa Air Force Base, Japan., 35 CONS/LGCB, APO AP 96319-5202, Japan
 
Record
SN04519858-W 20170525/170524000256-0a22e7e867246e7e9392c06046a4c8e5 (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.