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, 2018 FBO #6118
SOLICITATION NOTICE

10 -- Weapon Slings - RFQ/ Brand Name Justification

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA5270-18-Q-A123
 
Archive Date
9/13/2018
 
Point of Contact
Gian V. Monteiro, Phone: 315-634-1855, Joshua K. Bailey, Phone: 634-4639
 
E-Mail Address
gian.monteiro@us.af.mil, joshua.bailey.5@us.af.mil
(gian.monteiro@us.af.mil, joshua.bailey.5@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Copy of RFQ Please see attached Brand Name Justification Combined Synopsis/Solicitation Weapon Slings for Kadena AB, Okinawa Japan FA5270-18-Q-A123 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is FA5270-18-Q-A123, and the solicitation is issued as a request for quote (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 - 16 July 2018, DPN 20180629 29 June 2018, and AFAC 2018-0525 25 May 2018. For full text references to clauses and provisions, go to http://farsite.hill.af.mil. 4. The North American Industry Classification System (NAICS) code for this solicitation is 332994, Small Arms, Ordnance, and Ordnance Accessories Manufacturing. Small business size standards are not applicable to this acquisition. 5. The 18th Contracting Squadron has a requirement for Weapon Slings on Kadena AB. Offerors see page 2 includes all contract line item numbers, descriptions, quantities, units of issue, unit prices, and extended prices. The contractor shall also submit the specifications for items submitted that are sufficient for evaluation. All responsible sources may submit a quote. The Government contemplates a single Firm Fixed Price contract resulting from this solicitation. 6. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 7. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is the lowest price technicaly acceptible (LPTA). 8. Any response to this solicitation must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 9. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. An addenda to 52.212-4 can be found on page 2 of this solicitation. 10. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses in 52.212-5(b) are also applicable to this acquisition: a. 52.204-10 b. 52.209-6 c. 52.222-26 d. 52.222-21 e. 52.222-50 f. 52.223-18 g. 52.232-33 11. Offers are due 29 August 2018 no later than 1200 hrs Japanese Standard Time (JST). In order to be eligible for award the contractor is required to be registered in the System for Award Management (SAM), http://www.sam.gov. A current copy of the prospective awardee's Reps and Certs will be validated using the SAM website prior to award. The Contractor must also get registered in Wide Area Workflow (WAWF) after award, https://wawf.eb.mil, if not already registered. Evaluation is determined by lowest price technically acceptable 12. It is the vendor's responsibility to monitor the FBO system for amendments issued in reference to this requirement. Any potential amendments will be publicized in the same manner as the solicitation. 13. All offers must remain valid until 30 September 2018. 14. The Point of Contact for this requirement is A1C Gian V. Monteiro DSN - 634-5839, email gian.monteiro@us.af.mil. Item Quantity Unit Price Total Price Brand Name ONLY Blue Force Gear Air Force Sling Kits Part Number: K-SP-0002 Sling color: Black Buttstock Pouch Color: Coyote Brown 485 Each All pricing shall include delivery to the following address: 18 Security Forces Squadron Unit 5212 Box 10 APO AP 96368 Kadena AB, Okinawa Japan. The following additional terms and conditions are also applicable to this acquisition: 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) CLAUSES INCORPORATED BY FULL TEXT ADDENDA TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JAN 2017): FAR 52.212-4(k), Taxes, is changed to read: TAX EXEMPTION CERTIFICATE The contractor will submit requests for gasoline or diesel oil tax exemption certificates to the Contracting Officer. This request will show the actual amount of gasoline or diesel oil used exclusively for the performance of this contract, with documentary evidence and detailed item breakdown to certify the accurate consumption of gasoline or diesel, or other necessary information and data as may be required. The Contracting Officer will issue to the contractor a Tax Exemption Certification for the actual amount of gasoline or diesel oil used exclusively for the performance of this contract. The contractor shall claim all tax and customs exemptions as listed below; EXEMPTION FROM JAPANESE CUSTOMS DUTIES AND TAXES PURSUANT TO STATUS OF FORCES AGREEMENT (AUG 2001) (a) Paragraph 2, Article XI of the Status of Forces Agreement between Japan and the United States, authorizes the United States entry into Japan free from Japanese customs duties and all other charges on materials, supplies and equipment imported for the official use of the United States Armed Forces or for the exclusive use of such forces or ultimately to be incorporated into articles or facilities used by such forces. (b) Paragraph 3, Article XII of said Status of Forces Agreement, authorizes the United States exemption from certain Japanese taxes for materials, supplies, equipment and services procured for official purpose in Japan by the United States Armed Forces or by authorized agencies of the United States Armed Forces. Currently, these taxes are: (1) Gasoline tax and local road tax on gasoline; (2) Diesel oil tax; (3) Liquefied petroleum tax, and (4) consumption tax. (c) If you are the successful offeror, the Contracting Officer or his authorized representative will issue customs or tax exemption taxes in accordance with procedures agreed upon between the Government of Japan and the United States of America. Tax exemption certificates for either at the end of each month or upon termination of the contract. These can be applied against future purchases of motor fuel. They will be issued only to you as the prime contractor, so, if you employ a subcontractor or supplier who uses motor fuel, you must purchase the motor fuel to secure the exemption. (d) List below the customs duties or taxes which have been excluded from your quotation as required by the Taxes Clause. Contractor must claim all customs and tax exemptions to which the U.S. Government is entitled. Type of Commodity and Amount of Duty or Tax Percentage of Tax Excluded in Yen (¥) (1) Customs Duties __________________ _________________ (2) Taxes: (a) Gasoline tax and local road tax on gasoline __________________ _________________ (b) Diesel oil tax __________________ _________________ (c) Liquefied petroleum tax ___________________ _________________ (d) Consumption tax ________8 %_______ _________________ (End of Addenda to 52.212-4) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. FOB Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA5270 Admin DoDAAC FA5270 Inspect By DoDAAC F2H3G3 Ship To Code F2H3G3 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _________________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN (Jun 2016) (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, concerned parties may contact MAJCOM ombudsman, Barbara Liptak, Air Force Installation Contracting Agency (AFICA)/KP Director, 1940 Allbrook Drive, BLDG 1, Wright-Patterson AFB OH, 45433, phone number (937)257-5529, e-mail address barbara.liptak@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM Ombudsman level may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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/AFSOC/16CS/FA5270-18-Q-A123/listing.html)
 
Place of Performance
Address: 18 Security Forces Squadron Unit 5212 Box 10 APO AP 96368 Kadena AB, Okinawa Japan., Kadena AB, Non-U.S., Japan
 
Record
SN05051771-W 20180824/180822231642-1d949f155d2d86c8210aee7166dd1a83 (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.