Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2023 SAM #7934
SOLICITATION NOTICE

34 -- One (1) Amada Laser Cutting Machine

Notice Date
8/16/2023 10:55:19 AM
 
Notice Type
Solicitation
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4A823Q0044
 
Response Due
9/14/2023 12:00:00 PM
 
Archive Date
09/29/2023
 
Point of Contact
Christina Petrone, Gregory Orr
 
E-Mail Address
christina.petrone@dla.mil, gregory.orr@dla.mil
(christina.petrone@dla.mil, gregory.orr@dla.mil)
 
Description
This acquisition is being conducted in accordance with FAR Subpart 13.5, Permanent Authority for Use of Simplified Acquisition Procedures for Certain Commercial Items, and result in the award of a firm-fixed price contract for the following supplies and/or services. *** Sole Source in accordance with FAR 6.302 Only One Responsible Source And No Other Services Will Satisfy Agency Requirements.*** Site visit is scheduled to provide potential contractors the opportunity to the view the installation location. The attached form 5532-58 (Rev.1-20) Installation Access Request will need to be submitted to VCC at least 30 DAYS prior to the guest�s anticipated arrival for Designated Third Country Nationals and 10 business days prior to the expiration of the House Guest Pass for Extension Requests. Please review the attached document that lists the proper identification for guests on Yokosuka Base. A Site Visit will be held: Date: August 30, 2023 Time: 9:00 a.m. Address: Main Gate USN SRF (SRF-JRMC) Yokosuka-shi, Kanagawa-ken, Japan 238-0001 Site Visit point of contacts: POC: Satoki Mamizuka� Phone: 046-816-4417 or 080-5896-3294 Email: Satoki.Mamizuka.JA@SRF.NAVY.MIL� Place of assembly for vendors who need an escort: Outside the main gate of Yokosuka Base at 9:00 a.m. ?Interested parties shall contact Satoki Mamizuka no-later than five (5) working days in advance of the planned date of the site visit at Yokosuka Base.� Vendor(s) shall submit all questions to the Contracting Officer or Contracting Officer�s Designee in writing via email within ten (10) days after Site Visit to Christina Petrone via email at Gregory.Orr@dla.mil Comm Ph: (804) 279-6354 Defense Logistics Agency Aviation (DLAA) Defense Supply Center Richmond (DSCR) Mail Room 210 6090 Strathmore Rd Richmond, Virginia 23237 Industrial Plant Equipment Services Division - VICA (Location Building 32L Bay) Attention: Gregory Orr (RFQ Reference Number: SPE4A8-23-Q-0044) Interested vendors are encouraged and expected to attend the site visit to familiarize themselves with the installation site as well as all general and local codes and conditions which may affect the cost of contract performance, to the extent such information is readily obtainable. In no event will failure to attend the site visit constitute grounds for withdrawal of an offer after opening of proposal(s) for a claim after award of the contract. Incomplete proposals received due to an offeror's failure to attend shall not be considered. (No other visits to the site shall be permitted. Unless amended in writing, remarks and explanations at the site visit will not qualify the terms of the solicitation or specifications.) Site visitors requiring interpretation and clarification of technical or contractual requirements included in this solicitation are encouraged to submit their questions and any information obtained during the site visit to the Contracting Officer or Contracting Officer�s Designee, by contacting the individual identified on the face of the Standard Form (SF 1449) RFQ solicitation, name block 7a and phone number block 7b (No Collect Calls). PACKAGING AND MARKING 1. ASTM D3951 � 10 Standard Practices for Commercial Packaging. Procurement of ONE (1) AMADA LASER CUTTING MACHINE in accordance with Purchase Description VIBB 23-35-1101, Dated March 23, 2023. (All Items Shall Be In New Condition And Surplus Items Are Not Acceptable � Not A Prototype - None NSN Item(s). NAME OF OFFEROR: �__________________________CAGE: �_________ � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� �If the cost of the IUID is already in the cost of the piece of equipment, please state that in your proposal. If the IUID cost is not in the price of the equipment, please insert the cost above as a line item.� � THE GOVERNMENT SEEKS ACCEPTANCE WITHIN 120 DAYS OF THE CLOSING DATE OF THE SOLICITATION. PROPOSED OFFER VALID UNTIL: (Unless otherwise stated your offer shall be considered valid for 120 days from closing date of solicitation) EQUIPMENT OFFERED: _____________________________________________________ MANUFACTURED BY: _______________________________________________________ ***MANUFACTURING LOCATION and ZIP:_________________________________________ MODEL NUMBER: ___________________________________________________________ COUNTRY OF ORIGIN: ______________________________________________________ Are you a DEALER or MANUFACTURER? _______________________________________ Are you a LARGE or SMALL Business? _______________________________________ **NOTE: PROVIDE MACHINE SPECIFICATIONS DATA WITH PROPOSAL.� **NOTE: For Items Manufactured Outside The United States The Offeror Shall Submit As Part Of Its Proposal A Description Of Their Company�s Internal Procedures For Verifying Country Of Origin Data.� DELIVER TO: � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � FREIGHT SHIPPING ADDRESS: SHIP TO: (1 EACH) SATOKI MAMIZUKA USN SRF (SRF-JRMC) YOKOSUKA-SHI, KANAGAWA-KEN, JAPAN 238-0001 PARCEL POST ADDRESS: SHIP TO: (1 EACH) USN SRF YOKOSUKA PSC 473, BOX 8, ATTN: C/620 FPO, AP 96349 DODAAC: N00024 INSPECTION AND ACCEPTANCE: FOB � Destination Preliminary Inspection � Origin Final Inspection and Acceptance � Destination� 1. Quality Assurance Provision (QAP) 175 applies to this procurement.� 2. Preliminary Inspection of the machine shall be at Origin by DLA Aviation with final inspection and acceptance at destination by the DLA Aviation upon completion of installation at the customer�s facility by the contractor.� 3. Location of Origin Inspection: If the inspection location is other than the address listed on page one of this solicitation enter the address in solicitation clause 52.215-6, Place of Performance.� 4. Inspection and acceptance at destination upon completion of installation at the customer�s facility by the contractor. Inspection and acceptance shall be completed by DLA Aviation.� 5. Inspection/Acceptance at Destination: DLA Aviation shall be afforded 15 business days advance notification of the projected date if the item(s) will not be ready for final inspection and acceptance at destination and 3 business days advance notice if the item(s) will not be ready as projected. All Federal holidays and weekends are excluded as business days.� 6. The contractor is responsible for contracting the customer in order to establish official start work date, hours of work during the day/week, and information on regards to gaining access to the facility.� 7. Test schedule coordination: The contractor shall be responsible for coordinating testing schedules and locations.� 8. Charge for Re-Inspections: There will be at least a minimum charge of $2,500.00 for each re-inspection that has to be performed by the Government due to machine not completely passing inspection. CONTRACT ADMINISTRATION DATA 1. The performance period/completion date for all line items is 210 calendar days after receipt of order (ARO), or sooner at no additional cost to the Government. Offerors are invited to propose their best performance period/completion date. Offering better is encouraged, but not required and will not affect evaluation of a vendor�s proposal. Delivery, inspection and acceptance along with all other requirements of this contract shall be completed within the performance/completion date stated above. Conform by your signature below that 210 calendar days ARO can be met or provide your best performance period/completion data.� _____________________________________________________________________ Signature/Date (Provide best completion date if other than 210 days ARO)� 2. OFFER VALID UNTIL _____________________________. (Unless otherwise stated, your offer shall be considered valid for 120 days from solicitation closing date.)� 3. A firm-fixed price contract is anticipated. Proposals will be reviewed for technical acceptability. Award shall be based on Lowest Price Technically Acceptable (LPTA) source selection process.� 4. The Government reserves the right not to make an award as a result of this result of this Request for Quote (RFQ) if such award is determined not in the best interest of the Government.� 5. To be considered for this procurement the Offeror must submit a complete RFQ with the signature of an authorized company representative that can obligate the company in contractual matters.� 6. Contractor shall complete all clauses requiring �vendor fill-in� to include clauses 52.246-9061 Warranty of Industrial Plant Equipment (IPE) � FSG 34.� 7. If Ocean transportation of supplies are applicable, please see clause 252.247-7023 Transportation of Supplies by sea in regards to U.S. Flag Vessels and quote accordingly.� 8. Per FAR 52.247-27, Solicitation Not Affected by Oral Agreement, oral statement(s) from any person shall not amend of otherwise affect the terms, conditions, or specifications stated in the solicitation. The Contracting Officer, whom is the ONLY individual authorized to make any changes on behalf of the Government, shall make all amendments to the solicitation in writing.� 9. Documents that shall be submitted. (a) Return Standard Form 1449, blocks 12, 17a, 30a, 30b, 30c, and Section B shall be completed. Your signature on the solicitation confirms agreement with all terms and conditions in the solicitation. (b) All pricing shall be entered on pages 7-11 (Section B) of the solicitation. Pricing shall include all requirements and shall reflect any discounts offered. Price evaluation and contract award shall be based on the pricing at the schedule. (c) All Offerors are required to submit a total of three (3) copies � an original proposal plus two (2) copies of the offer. The original shall have all pricing entered. The other two copies shall not have pricing entered. All prices shall reflect all discounts or quantity price breaks already deducted.� 10. Proposals must include estimated shipping cost for evaluation purposes. The shipping cost in the resulting order will be a Not to Exceed amount. Payment will be paid based on actual cost only, not to exceed the amount in the final order. Shipping invoices must be provided to receive payment. If US Flag Vessel shipping is applicable, include this estimate in your proposal. Provide a copy of this estimate with your proposal. If US Flag Vessel shipping is applicable, this requirement may not be waived.� 11. IPE WARRANTY CLAUSE - 52.246-9061 � Warranty of Industrial Plant Equipment (IPE) - FSG 34 (a) Definitions: ""Acceptance,"" as used in this clause, means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services rendered, as partial or complete performance of the contract. ""Supplies,"" as used in this clause, means the end items furnished by the Contractor and related services required under this contract. The word does not include ""Data."" (b) Contractor's obligations. (1) The Contractor warrants that for one (1) year all supplies furnished under this contract will be free from defects in material and workmanship and will conform with all requirements of this contract. Warranty period begins from the date of acceptance. (2) Any supplies or parts thereof corrected or furnished in replacement by the Contractor shall be subject to the conditions of this clause to the same extent as supplies initially delivered. This warranty shall be equal in duration to that set forth in paragraph (b)(1) of this clause and shall run from the date of delivery of the corrected or replaced supplies. (3) When the machine is inoperable because of a defect, deficiency and/or nonconformance subject to the Contractor's warranty, and after the Contractor has received written notice of the defect, deficiency or nonconformance, the warranty shall be extended for the time period during which the machine was inoperable (i.e., length of time from when Contractor receives notification until machine is operable. (4) The Contractor shall not be obligated to correct or replace supplies if the facilities, tooling, drawings, or other equipment or supplies necessary to accomplish the correction or replacement have been made unavailable to the Contractor by action of the Government. In the event that correction or replacement has been directed, the Contractor shall promptly notify the Contracting Officer, in writing, of the non-availability. (5) The Contractor shall also prepare and furnish to the Government data and reports applicable to any correction required (including revision and updating of all affected data called for under this contract) at no increase in the contract price. (6) When supplies are returned to the Contractor, the Contractor shall bear the transportation costs from the place of delivery specified in the contract (irrespective of the f.o.b. point or the point of acceptance) to the Contractor's plant and return. When defective items are returned to the Contractor from other than the place of delivery specified in the contract, or when the Government exercises alternate remedies, the Contractor's liability for transportation charges incurred shall not exceed an amount equal to the cost of transportation by the usual commercial method of shipment between the place of delivery specified in the contract and the Contractor's plant and subsequent return. (7) The warranties expressed herein are in lieu of any implied warranties of merchantability and �fitness for a particular purpose�. (c) Remedies Available to the Government. (1) In the event of a breach of the Contractor's warranty in paragraph (b)(1) and (b)(2) of this clause, the Government may, at no increase in contract price- (i) Require the Contractor, at the place of delivery specified in the contract (irrespective of the f.o.b. point or point of acceptance) or at the Contractor's plant, to repair or replace, at the Contractor's election, defective or nonconforming supplies, or (ii) Require the Contractor to furnish at the Contractor's plant the materials or parts and installation instructions required to successfully accomplish the correction. (iii) Where it is impracticable for the Government to pursue remedies at (i) and (ii), the Government may arrange for the repair or replacement of defective or nonconforming supplies by the Government or by another source at the Contractor's expense. Where the Government is to accomplish the repair, the Contractor at the Government's option will furnish the material or parts and the instruction required to successfully accomplish the repair. (2) If the Contracting Officer does not require correction or replacement of defective or nonconforming supplies or the Contractor is not obligated to correct or replace under paragraph (b)(4) of this clause, the Government shall be entitled to an equitable reduction in the contract price. (3) The Contracting Officer shall notify the Contractor in writing of any breach of the warranty in paragraph (b) of this clause within a reasonable period, but not later than 45 days after discovery of the defect. The Contractor shall submit to the Contracting Officer a written recommendation within two (2) working days as to the corrective action required to remedy the breach. After the notice of breach, but not later than five (5) days after receipt of the Contractor's recommendation for corrective action, the Contracting Officer may, in writing, direct correction or replacements in paragraph (c) (1) of this clause, and the Contractor shall, notwithstanding any disagreement regarding the existence of a breach of warranty, comply with this direction within five (5) days of receipt. If it is later determined that the Contractor did not breach the warranty in paragraph (b)(1) and (b)(2) of this clause, the contract price will be equitably adjusted. (4) If supplies are corrected or replaced, the period for notification of a breach of the Contractor's warranty in paragraph (c)(3) of this clause shall be 45 days from the discovery of the defect. (5) The rights and remedies of the Government provided in this clause are in addition to and do not limit any rights afforded to the Government by any other clause of the contract. (6) The Contractor shall be liable for the reasonable costs of disassembly and/or reassembly of larger items when it is necessary to remove the supplies to be inspected and/or returned for correction or replacement. NOTE: FAR CLAUSE 52.246-18 IS APPLICABLE ONLY IF ITEM(S) IS PLACED IN USE WITHIN THE LAND AREA OF THE UNITED STATES CONTIGUOUS TO THE 48 STATES.� Warranty terms shall be in accordance with 52.246-9061, Warranty of Industrial Plant Equipment (IPE) cited above. Please confirm by your signature below that the warranty terms and conditions are acceptable.� __________________________________________________________� Signature � � � � � � � � � � � � � � � � � � � � � Date�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e078c67f2ffa436eaf0ac453178506ce/view)
 
Place of Performance
Address: Yokosuka-shi, Kanagawa-Ken 238-0001, JPN
Zip Code: 238-0001
Country: JPN
 
Record
SN06793237-F 20230818/230817085748 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.