SOLICITATION NOTICE
J -- Repair of Ambulance at Yokota Air Base, Japan - FA5209-12-Q-1022
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- 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
- FA5209-12-Q-1022
- Archive Date
- 7/10/2012
- Point of Contact
- Takashi Uechi, Phone: 81-42-552-3014, Keisuke Kiyotaka, Phone: 81-42-552-3014
- E-Mail Address
-
takashi.uechi.jp@us.af.mil, keisuke.kiyotaka.jp@us.af.mil
(takashi.uechi.jp@us.af.mil, keisuke.kiyotaka.jp@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - Vehicle Damaged Areas Attachment 2 - AMD Standards Attachment 1 - Incorporated Provisions & Clauses RFQ - Repair of Ambulance at Yokota Air Base, Japan Requesting Agency: 374th Logistics Readiness Squadron/LGRV, Vehicle Management Bldg 4125, 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 (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) Submit written quotes in reference to Request for Quotation (RFQ) reference number FA5209-12-Q-1022. All the prospective offerors must submit their written quotes the Required Information and required submitals with the Certificate and Past/Present Performance Information IAW Special Notes to Offerors described in the later part of this solicitation. Due to the overseas location of this solicitation, no set-aside will be used. (iii) The Government contemplates award of a Firm-Fixed Contract (Purchase Order) resulting from this solicitation. North American Industrial Classification Standard (NAICS) code is 811121. Federal Supply Classes (FSC) is 2510. (iv) Delivery: ADC 60 days (v) FOB: Destination. (vi) Inspection and Acceptance will be made by the Government at the following location: 374th Logistics Readiness Squadron/LGRV, Vehicle Management Bldg 4125, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan (vii) The Incorporated Provisions and Clauses are described in the Attachement 1. Quote Specifics: Quotes are due to this office no later than 10:00 a.m. Japan Standard Time (JST), Monday, 25th of Jun 2012. Quotes may be faxed to 042-530-3319 or if dialing from outside Japan 011-81-42-530-3319, or sent via e-mail to takashi.uechi.1.jp@us.af.mil or 374cons.lgcbb@gmail.com Primary point of contact: Takashi Uechi, Contract Specialist, TEL: 042-552-3014 or email: takashi.uechi.1.jp@us.af.mil Alternate point of contact: Keisuke Kiyotaka, Contracting Officer, TEL: 042-552-3014 or email: keisuke.kiyotaka.jp@us.af.mil EVALUATION OF QUOTES: FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (JAN 1999) This provision is incorporated by reference, and paragraph (a) is modified to read as follows: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability Technical Acceptability is achieved when the offeror submits - a. Valid Certificate of Designated automobile Maintenance Business in Japan (SHITEI JIDOUSHA SEIBI JIGYO) issued by the Chief of District Transportation Bureau in the Government of Japan (GOJ). b. Present past Performance Information : Furnish at least one (1) current and relevant present/past performance information as a prime contractor or a performer of the most relevant contracts for US Government agencies, Government of Japan or its political subdivisions, or commercial customers. The offeror need not disclose any information concerning privacy of the customer or major client. (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. A single award will result from this evaluation. (ii) Next, the Government shall evaluate the offerors' technical information as referenced in paragraph (a)2 above. Technical Acceptability for all offerors will be rated as "met" or "failed" by personnel designated in 374 LRS. Technical acceptability is met when the offeror submits technical descriptions/information conforming to the offeorr's qualification requirement and past performance. (iii) If the lowest offeror meets the Government technical capability as defined in above paragraph (a)2, this Purchase Order will be awarded to the lowest offeror with technically acceptable capability. If the lowest offeror fails to meet the Government technical acceptable capability, the Government will then go to the next low offeror in the same manner if they meet the technical capability. This process will continue until an offeror is found to meet the Government technical acceptable capability 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, 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) STATEMENT OF WORK FOR REPAIR OF AMBULANCE AT YOKOTA AIR BASE, JAPAN 1. DESCRIPTION OF SERVICES. The contractor shall provide all necessary personnel, supervision, management, tools, equipment, transportation, materials and any other items or services necessary to repair the vehicle (Ambulance) stated in the paragraph 1.3. (Vehicle Information) in accordance with this Statement of Work (SOW), Attachment 2 - Ambulance Manufactures Division (AMD) Standards, commercial practice, and local standards. 1.1. Overview 1.1.1. Objectives: The contractor shall repair the vehicle (Ambulance - AF Registration Number: 08B00803) stated in the paragraph 1.3. (Vehicle Information) in order to pass the Ambulance Body Structure Static Load Test in accordance with the Attachment 2 - Ambulance Manufactures Division (AMD) Standards. 1.1.2. Government Representative (GR): The authorized GR for this contract is Mr. Yuichi Yano DSN: 225-7585. Mr. Yano shall be the quality assurance inspector and provide the contractor with required information and assistance for this project. 1.2. SCOPE OF WORK. 1.2.1. The contractor shall repair the following items of the ambulance. Damaged areas are shown in the Attachment 3, Vehicle Damaged Areas. 1.2.1.1. Rear Modular Body 1.2.1.2. Bent metal support frame under vehicle 1.2.1.3. Rear Step 1.2.1.4. Doors 1.2.1.5. Turn signal switch 1.2.1.6. Inside Cabinets 1.2.1.7. Paint, as required 1.2.2. The contractor shall conduct and pass the Ambulance Body Structure Static Load Test stated in Attachment 2, Ambulance Manufactures Division (AMD) Standards. 1.2.2.1. Upon completion of repair, vendor shall perform the following static load test and necessary final inspection (including the driving test). Perform, mandatory static load test (Please refer to the below for details of load test). The modular bodies all have to be able to pass a mandatory static load test consisting of 2.5 times the curb weight applied to the exterior room. S5. REQUIREMENTS. For Type II's a force equal to 1.5 times the curb weight of the vehicle, and for Type I's and Type III's 2.5 times the curb weight of the vehicle, is applied to the roof of the vehicle's body structure through a force application plate as specified in S6.: a. The downward vertical movement at any point on the roof application plate shall not exceed 5.125". b. Each exterior exit door of the vehicle shall be capable of opening and closing during the full application of the force and after release of the force. c. No structural damage to any load bearing or supporting members (i.e., torn or broken material, broken welds, popped or sheared body rivets, bolts and/or fasteners) shall be evident during the application of the force and after the release of the force. 1.2.3. The contractor shall ensure that the job site is ready and available for performance of the work. The contractor shall coordinate with GR for schedule of the repair, the test, and the delivery. 1.3. Vehicle Information: Chassis Manufacture: FORD Body Type: Ambulance Body Manufacture: Wheeled Coarch Industies Side Skin:.090 aluminum 5052 H32 Roof / Corner: Double Hollow Extrusion 6063T6 Alloy Structural Members: 2" x 2" x.090" or.125" wall thickness 6061T6 Alloy Year: 2008 VIN: 1FDWF36R08EA19416 1.4. RESPONSIBILITY FOR DAMAGES. Any damages caused to U.S. Government property during the course of performing this contract shall be restored, replaced and/or repaired to its original condition at no additional cost to the U.S. Government.   LIST OF DOCUMENTS, EXHIBITS, OR ATTACHMENTS: Attachment 1: Incorporated Provisions and Clauses - 10 pages Attachment 2: Ambulance Manufactures Division (AMD) Standards - 59 pages Attachment 3: Vehicle Damaged Areas - 7 pages Required Information and Submittals SPECIAL NOTES TO OFFERORS: All quotes must include the following information (Either filling-in the below or your own format is acceptable): 1. Request for Quotation (RFQ) reference number: FA5209-12-Q-1022 2. Offeror's Information: Company's complete mailing and remittance address, DUNS No, CAGE Code. 3. Discounts for prompt payment- if any 4. Price for Contract Line Item Number (CLIN) 0001: 5. Quote must be valid for a period of no less than 60 days. 6. Quote shall include the contractors Technical Capability as follows: a) Certificate of Designated Automobile Maintenance Business in Japan (SHITEI JIDOUSHA SEIBI JIGYO) issued by the Chief of District Transportation Bureau in the Government of Japan (GOJ) b) Present/Past Performance Information: Request to include the performance regarding the Experience of Manufacture or Maintenance of Specialized Vehicle such as ambulance, etc for contract relevancy. 7. OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (APR 2012) (Required to fill-in) 1. Request for Quotation (RFQ) reference number: FA5209-12-Q-1022 2. Offeror's Information: Company's complete mailing and remittance address, DUNS No, CAGE Code. 3. Discounts for prompt payment- if any 4. Price for Contract Line Item Number (CLIN) 0001: o Prospecitve Offerors are to provide a quote for the requirements outlined in the Statement of Work (SOW) and their Quote shall include prices for the following bid schedule: Non personal services: Contractor shall provide all necessary personnel, supervision, management, tools, equipment, transportation, materials, and any other items or services necessary to repair the below vehicle; Ambulance and conduct static load test in accordance with the above SOW and the Attachment 2 - Ambulance Manufactures Division (AMD) Standards. Contract Line Item Number (CLIN) 0001: Quantity: (1) Unit: (Lump Sum) - ¥_______________ o Prices shall be all inclusive (i.e. all material, transportation, etc.) 5. Quotes must be valid for a period of no less than 60 days. 6. Quote shall include the contractors Technical Capability as follows: a) Certificate of Designated Automobile Maintenance Business in Japan (SHITEI JIDOUSHA SEIBI JIGYO) issued by the Chief of District Transportation Bureau in the Government of Japan (GOJ) b) Present/Past Performance Information: Request to include the performance regarding the Experience of Manufacture or Maintenance of Specialized Vehicle such as ambulance, etc for contract relevancy. PAST PERFORMANCE REFERENCE LIST REPAIR OF AMBULANCE AT YOKOTA AIR BASE, JAPAN 1. Name of contracting activity (e.g. Government Agency/Company name) 2. Point of Contact (POC), Contracting Officer and/or Contract Administrator's Phone/FAX number, and e-mail address (if available) 3. Contract number and project title 4. Contract Type (e.g. Firm-Fixed Price, IDIQ, Requirements type) 5. Total contract value 6. Performance period (e.g. date/month/year through date/month/year) 7. Description of contract work performed 8. Contracting Officer's name and phone number 9. Government Inspector/commercial project manager and phone number 10. List of major subcontractors if applicable 7. OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (APR 2012) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (APR 2012) (WITH ALTERNATE I (APR 2011)) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (e) through (o) of this provision. (Paragraphs (c), (d), (f), (g), (i), and (k) are not applicable to this solicitation due to the non-applicability of acquisition at overseas.) (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation," as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Coe at 26 U.S.C. 7874. "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology" - (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically - (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern - (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ----------. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals -- (1) ( ) Are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, (2) ( ) Have, ( ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ) Are, ( ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ) Have, ( ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). [ ] TIN: _____________________. [ ] TIN has been applied for. [ ] TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; [ ] Offeror is an agency or instrumentality of a foreign government; [ ] Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. [ ] Sole proprietorship; [ ] Partnership; [ ] Corporate entity (not tax-exempt); [ ] Corporate entity (tax-exempt); [ ] Government entity (Federal, State, or local); [ ] Foreign government; [ ] International organization per 26 CFR 1.6049-4; [ ] Other _________________________. (5) Common parent. [ ] Offeror is not owned or controlled by a common parent; [ ] Name and TIN of common parent: Name ___________________. TIN _____________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations - (1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that- (i) It is not an inverted domestic corporation; and (ii) It is not a subsidiary of an inverted domestic corporation. (o) Sanctioned activities relating to Iran. (1) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (2) Representation and Certification. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror- (i) Represents, to the best of its knowledge and belief, that the offeror doesnot export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; and (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if- (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-12-Q-1022/listing.html)
- Place of Performance
- Address: Yokota Air Base, Fussa, Non-U.S., 197-0001, Japan
- Record
- SN02768639-W 20120609/120607234843-eb6168cfe5c214b4d2d4b04a418af4c1 (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 |