SOLICITATION NOTICE
63 -- Unfunded Requirement - Library Detection System - Solicitation
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- 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-1034
- Archive Date
- 9/19/2012
- Point of Contact
- Takashi Uechi, Phone: 81-42-552-3014, Keisuke Kiyotaka, Phone: 81-42-552-3014
- E-Mail Address
-
takashi.uechi.1.jp@us.af.mil, keisuke.kiyotaka.jp@us.af.mil
(takashi.uechi.1.jp@us.af.mil, keisuke.kiyotaka.jp@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Atch 1 - Government Minimum Characteristics RFQ: FA5209-12-Q-1034 - Library Detection System at Bldg 617, Yokota Library, Yokota Air Base, Japan Requesting Agency: 374th Force Support Squadron/FSDL, Yokota Library Bldg 617, 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) UNFUNDED REQUIREMENT FUNDS: THIS REQUEST FOR QUOTATION IS TO OBTAIN PRICING FOR ITEMS WHICH ARE NOT FUNDED ATHIS TIME, BUT HAVE REQUESTED TO RECEIVE FUNDING THIS FISCAL YEAR THROUGH FALL OUT FUNDS, PRIOR TO 30 SEPTEMBER 2012. YOUR QUOTE MUST REMAIN IN EFFECT UNTIL THIS DATE. THEREFORE, NO AWARD WILL BE MADE UNDER THIS QUOTE UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS QUOTE BEFORE 30 SEPTEMBER 2012. (ii) 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. (iii) Submit written quotes in reference to Request for Quotation (RFQ) reference number FA5209-12-Q-1034. All the prospective offerors must submit their written quotes and required submittals IAW Special Notes to Offerors described in this solicitation. Due to the overseas location of this solicitation, no set-aside will be used. (iv) CCR/SAM registration. Failure to register in the CCR/SAM database prior to award of the order may cause rejection of the order. The offeror must complete their registrations with the Central Contractor Registration (CCR) and/or System for Award Management (SAM) and must be approved under the system by the below local offer due date. To register yourself with SAM, visit https://www.sam.gov/portal/public/SAM/ (v) The Government contemplates award of a Firm-Fixed Contract (Purchase Order) resulting from this solicitation. North American Industrial Classification Standard (NAICS) code is 334290. Federal Supply Classes (FSC) is 6350. (vi) Delivery: ADC 60 days (vii) FOB: Destination. (viii) Inspection and Acceptance will be made by the Government at the following location: 374th Force Support Squadron/FSFY, Yokota Library Bldg 617, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan (ix) Applicable Provisions and Clauses to this commercial item acquisition are as follows: (1) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items. There are no addenda to the provision. (2) FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (JAN 1999) This provision is incorporated by reference, and paragraph (a) is modified to read as indicated below. (3) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items. There are no addenda to the clause. (4) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item. Under para (b) the following provisions and clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (May 1999) Prior to the submission of the first invoice, by using the form from DFAS. (5) The clause at DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (APR 2012). Under para (b) the following provisions and clauses apply: DFAR 252.247-7023, Transportation of Supplies by Sea, Alternate III. Quote Specifics: Quotes are due to this office no later than 10:00 a.m. Japan Standard Time (JST), Tuesday, 4 September 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 and 374cons.lgcbb@gmail.com When sending e-mail with an attachment to the e-mail; takashi.uechi.1.jp@us.af.mil, your e-mail may be rejected by the security setting. Recommend to send your e-mail to both accounts. 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 provides proof that proposed products are the brand name or equal items stated in the Government Minimum Characteristics of the Attachment 1 (i.e., material brochures and/or material data shall be attached to the price proposal). If you intend to offer the exact items, please state so. (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 "acceptable" or "unacceptable" by personnel designated in 374 FSS/FSDL. Technical acceptability is met when the offeror submits technical descriptions/information conforming to the requirements in this solicitation. (iii) If the lowest offeror meets the Government technical capability as defined in above paragraph (a)2, a 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) LIST OF DOCUMENTS, EXHIBITS, OR ATTACHMENTS: Attachment 1: Government Minimum Characteristics - 1 page Required Information and Submittals SPECIAL NOTES TO OFFERORS: All quotes must include the following information: 1. Request for Quotation (RFQ) reference number: FA5209-12-Q-1034 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: Shipping to the destination (Yokota AB, Japan), Installation, and Transportation costs shall be included in this CLIN 5. Quote must be valid for until 30 Sep 2012. 6. Quote shall include the contractors Technical Capability as follows: If you propose equal items, an offeror shall provide proof that proposed products are equal items for those items stated in the Government Minimum Characteristics of the Attachment 1 (i.e., material brochures and/or material data shall be attached to the price proposal). If you intend to offer the exact items, please state so. o 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 provide Library Detection System in accordance with the Government Minimum Characteristics (Attachment 1). Shipping to the destination (Yokota AB, Japan), Installation, and Transportation costs shall be included in this CLIN. Contract Line Item Number (CLIN) 0001: Quantity: (1) Unit: (LUMP SUM) - ¥_______________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-12-Q-1034/listing.html)
- Place of Performance
- Address: Yokota Air Base, Fussa, Non-U.S., 197-0001, Japan
- Record
- SN02845959-W 20120822/120820234751-c0b9c8e078b49f4a8b282b473a09baab (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 |