SOLICITATION NOTICE
N -- Bldg 703 Rewire - Equipment List - Performance Work Statement
- Notice Date
- 8/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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
- FA5209-18-Q-BH05
- Archive Date
- 9/24/2018
- Point of Contact
- Benjamin Hampton, Phone: 81-42-552-3011, Timothy Harms, Phone: 315-225-9644
- E-Mail Address
-
benjamin.hampton.1@us.af.mil, timothy.harms.4@us.af.mil
(benjamin.hampton.1@us.af.mil, timothy.harms.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1, Performance Work Statement Attachment 4, Equipment List 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. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Description: (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. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. (ii) The solicitation number FA5209-18-BH05 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This acquisition is not set aside, and is available for full and open competition. (v) Cable installation services and deliverables IAW attached Performance Work Statement (vi) All work shall be done IAW Attached Performance Work Statement (vii) Place of delivery is building 703, Yokota AB (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) 52.212-2 - Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract 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: (i) price; (ii) Technical acceptability Technical acceptability must be met before the price is considered. LPTA procedures will be utilized. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. 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 Provision) (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at http://www.sam.gov/portal prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.204-10, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-5, 52.225-13, and 52.232-33, 52.252-2, 52.252-3. (xiii) Additional clauses that apply are: 52.204-16, 52.225-14, 52.228-3, 52.232-40, 252.203-7000, 252.203-7002, 252.204-7012, 252.204-7015, 252.209-7004, 252.222-7002, 252.225-7041, 252.232-7003, 252.232-7010, 252.244-7000, 252.247-7023, 252.225-7043, 252.232-7006, and 5352.2201-9101. Additional provisions that apply are as follows: 52.204-16, 252.203-7005, and 252.204-7008 (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 1200 Japan Standard Time on Monday, 10 September 2018. Quotes received after that time may not be considered. (xvi) Any questions regarding this notice should be directed to A1C Ben Hampton by email at benjamin.hampton.1@us.af.mil. The alternate contact is SSgt Timothy Harms at timothy.harms.4@us.af.mil. Questions will be accepted until 1630 JST Friday, 31 August 2018. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is 042-530-3119. (xvii) Building floor plans, Attachments 2 & 3 (appx. 20MB combined), are available upon request. If requested via email, the documents will be made available via AMRDEC within one business day.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-18-Q-BH05/listing.html)
- Place of Performance
- Address: Bldg 703, Yokota AB, Japan
- Record
- SN05025710-W 20180809/180807231904-9e4611acb09036b2358c08aa420e56d1 (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 |