Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

79 -- Kegel Flex Walker Lane Machine - FA520917Q1016

Notice Date
5/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713950 — Bowling Centers
 
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
FA5209-17-Q-1016
 
Archive Date
6/21/2017
 
Point of Contact
Husseina A. Abba, Phone: 81-42-552-3011, Jacqueline Bongard, Phone: 81-42-552-3011
 
E-Mail Address
husseina.abba@us.af.mil, jacqueline.bongard@us.af.mil
(husseina.abba@us.af.mil, jacqueline.bongard@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Representations, Certifications, and Other Statements of Offerors or Quarters NAF General Contract Provisions Price Schedule Minimum Characteristics Deadline for receipt of offers: 6 June 2017, 1000 hours, Japan Standard Time 5 June 2017, 2100 hours, EDT) Solicitation Number: FA5209-17-Q-1016 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: May 24, 2017 Synopsis/Solicitation for: Purchase of New 17-5803 Kegel Flex Walker, 17-5803J Battery K2 Lithium and 164-8616 Variable Buffer Upgrade or Equal Item for 374 FSS/FSCB, Yokota Air Base (100% Non-appropriated Funds) Requesting Agency: 374th Force Support Squadron/FSCB, Kegel Flex Walker (NAF) Unit 5119, Bldg. 1213 APO, AP 96328-5119, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan Purchasing Agency: 374th Contracting Squadron/LGCB Bldg. 620, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan 1. This is a non-appropriated fund purchase and it does not obligate appropriated funds of the United States Government. Non-appropriated funds are generated by the military community through the sale of goods and services, and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars, however Japanese sales consumption tax (Shouhi-zei) shall be required for local vendors. 2. This solicitation is issued as a request for quotation (RFQ) IAW Air Force Manual 64-302, Non-Appropriated Fund (NAF) Contracting Procedures. This announcement constitutes the solicitation. Proposals are being requested and a written solicitation will not be issued. *Note: This is a NAF purchase and as such is exempt from having to conform to FAR rules and regulations, per Air Force Manual 64-302 section 2.9, NAF Procurement Exemptions. 3. Submit written quotation in reference to Request for Quotation (RFQ) number FA5209-17-Q-1016. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 713950, KEGEL WALKER MACHINE. 4. DESCRIPTION: New 17-5803 Kegel Flex Walker, 17-5803J Battery K2 Lithium and 164-8616 Variable Buffer Upgrade or Equal 5. DELIVERY: 4-6 Months 6. Deadline for receipt of offers: 6 June 17, 1000 hours Japan Standard Time, (5 June 17, 2100 hours, EDT). All questions must be submitted no later than 0800 hours Japan Standard Time, 30 May 17(1900 hours, EDT 29 May 17). Quotations may be faxed to 042-530-3319 or if dialing from outside Japan 011-81-42-530-3319, or sent via e-mail to husseina.abba@us.af.mil or jacqueline.bongard@us.af.mil. Email submissions are preferred. 7. Potential offerors are to provide a quotation for the purchase outlined in the Government Minimum Characteristics Item Information (GMCI, Attachment 1), which is included as an attachment to this solicitation: - Quotation shall include a total price for the following schedule CLIN 0001, CLIN 0002 and CLIN 0003. CLIN DESCRIPTION Unit Price QTY UNIT Price 0001 17 - 5803 Kegel Flex Walker or equal 1 EA 0002 17-5803J Battery K2 Lithium or equal 1 EA 0003 164-8616 Variable Buffer Upgrade or equal 1 EA Must also include: 1 Year Parts Warranty Two day complete training session with Maintenance staff including installation, operation Maintenance of the machine. *Electrical Power - 115V/60Hz Delivery to Yokota Air Base, Japan TOTAL PRICE - Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) - Desired Delivery Period: 90-120 calendar days after receipt of the resulting contract. - Proposal shall also include the contractor's Technical Capability meeting the minimum characteristics as described above. - All technical descriptions shall be in English. INSTRUCTION TO OFFERORS: All quotations must include the following information: *If offerors fail to submit the followings, offerors shall be considered non-responsive and ineligible for contract award. 1. Company's complete mailing and remittance address. 2. Offerors shall complete the registration to have their own access for System for Award Management (https://www.sam.gov/portal/SAM/). 3. Quotations must be valid for a period of 60 days. 4. Quotations shall include the consumption tax for local vendors. 5. Quotations shall include Shipping fees and Delivery costs to Yokota AB, Japan. 6. Quotations shall contain following items: (a) Price Schedule (Attachment 2) (b) Representations, Certifications, and Other Statements of Offerors or Quarters (Attachment 4) (c) Technical description of the items being offered such as product literature or other documents. (Japanese/ English, or Both) Evaluation of Proposals: (a) NAFI will award a contact/purchase order 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 following factors shall be used to evaluate offers: 1. Price 2. Technical Evaluation. (Whether or not the quotation fits the minimum characteristics): offerors must provide proof that the quotation meet the minimum standards of government Minimum Characteristics Information as seen in Attachment 1. All offerors shall submit the product literature or other documents to provide quality products complying with the attached Minimum Characteristics Item Information (i.e., products brochures and/ or products data shall be attached to the price proposal) when submitting equal items. (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 2 above. Offerors quotation is to be accepted when the specification of the submitted quotation is either exact or equal items described on the attachment 1. (iii) If the lowest offeror meets the minimum characteristics as defined in above paragraph 2, a Purchase Order will be awarded to the lowest offeror. If the lowest offeror fails to meet the minimum characteristics, the Government will then evaluate the next low offeror in the same manner to determine if their quotation meets the minimum characteristics of the required item. This process will continue until an awardee is determined in ascending order of the low price. (b) 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 contact without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provisions) Contracting Office Address: 374 Contracting Squadron/LGCBB Bldg. 620, Yokota Air Base Fussa-shi, Tokyo 197-0001 Japan Place of Delivery: 374 FSS/ FSCO Bowling Operations (NAF) Bldg. 1290, Yokota Air Base Fussa-shi, Tokyo 197-0001 Japan OR 374 FSS/FSCB Unit 5119 Apo, AP 96328 Primary Point of Contact: Husseina Abba Contract Specialist Email: husseina.abba@us.af.mil Phone: 042-552-2511 ex: 5-5431 Secondary Point of Contact: Jacqueline Bongard Contracting Officer jacqueline.bongard@us.af.mil Phone: 042-552-3011 ex: 5-7507 The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil Attachments: Attachment 1: Government Minimum Characteristics Item Information Attachment 2: Price Schedule Attachment 3: NAF General Provisions Attachment 4: Representations, Certifications, and Other Statements of Offerors or Quarters
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-17-Q-1016/listing.html)
 
Place of Performance
Address: 374 FSS/ FSCB Bowling Operations (NAF), Unit 5119, Bldg. 1213, Tokyo, Non-U.S., 197-001, United States
 
Record
SN04521640-W 20170526/170525000303-8dfd90010d8ce92f963ea7afa6742c4c (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.