SOLICITATION NOTICE
23 -- Install Automotive Lift for Auto Hobby Center - Combo
- Notice Date
- 3/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment 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
- FA5209-13-Q-1006
- Archive Date
- 4/23/2013
- Point of Contact
- Keisuke Kiyotaka, Phone: 81-42-552-3014, Ginnafer A. Burnett, Phone: 81-42-551-6120
- E-Mail Address
-
keisuke.kiyotaka.jp@us.af.mil, ginnafer.burnett@us.af.mil
(keisuke.kiyotaka.jp@us.af.mil, ginnafer.burnett@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Rep & Certs PP List Excavation Plan Floor Plan Bay #9 Location SOW Minimum Charatceristics for Auto Lift RFQ 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with Air Force Manual 64-302, Non-appropriated Fund (NAF) Contracting Procedures, Chapter 8, 8.3 Synopsis, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. The solicitation number is FA5209-13-Q-1006. 2. This is a NAF purchase and as such is exempt from having to conform to FAR rules and regulations, per Air Force Manual (AFMAN) 64-302 Chapter 6, 6.1, unless otherwise incorporated in in this solicitation. 3. The NAICS code for this requirement is 238290, Vehicle lift installation. 4. Public Law 85-536, Small Business Act of 1958 and FAR guidance relative to small business and other award-preference programs do not apply to NAF contracting in accordance with AFMAN 64-302, Chapter 2, 2.9.2. 5. DESCRIPTION: Item No Supplies/Services Quantity Unit Unit Price Amount 0001 Automotive Lift, Capacity 3.2 ton including delivery, construction of pit, installation and all operation tests in accordance with this solicitation and attachments. 1 Each ¥____________ ¥_____________ Notes: a. Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) b. Prices shall be proposed in Japanese Yen (¥) including all taxes applicable to the above supply/service. c. Prices proposed in $US will be converted to Japanese Yen based on the published currency exchange rate at the local time and date specified for closing of the offers for evaluation purpose. 6. Delivery/Place of Performance shall be: 374th FSS/FSCT-A, Bldg 4086, Auto Hobby Center, Yokota Air Base Fussa-shi, 197-0001 Japan Delivery Date: 30 Days ADC 7. The following provisions of this solicitation apply to this acquisition. The full text of NAF GENERAL PROVISIONS is available on the Internet at http://www.afnafpo.com/pages/Policy-And-Training/Docs/Procedures-Afman-Contract-Formats/GeneralProvisions.pdf. The FAR, DoD supplements (DFARS), and Air Force FAR Supplements (AFFARS) can be accessed at http://farsite.hill.af.mil. GENERAL PROVISIONS FAR 52.212-4(c) Changes FAR 27 52.246-16 Responsibility for Supplies *28. 252.225-7041 Correspondence in English *Denotes DFARS 8. INSTRUCTION TO OFFERORS. THIS REQUEST DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF YOUR SUBMISSION OR TO ISSUE AN ORDER FOR SUPPLIES AND SERVICES. FAR provision 52.212-1(June 2008), Instructions Offerors-Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a). All quotes are due on or before 1400 hours Japan Standard Time (JST), 08 April 2013. Electronic quotes are acceptable. Submission may be made via email to keisue.kiyotaka.jp@us.af.mil or mark.caesar@us.af.mil, via facsimile at 042-530-9077/225-9907: ATTN: Keisuke Kiyotaka, Quotes' must reference the solicitation number. (b). System for Award Management (SAM). Offerors are highly encouraged to be registered with the SAM database (http://www.sam.gov) upon submission of request for quote (RFQ). (c). Quotations must be valid for a period of no less than 60 days. (d). Proposal shall include the offeror's Technical Capability Information as follows: (i) Manufacturer Catalogs, Brochures, or Specifications of the items being offered to evaluate compliance with the Government Minimum Characteristics Information, Attachment 1. (ii) List of Present/Past Performance 9. EVALUATION OF QUOTES: FAR provision 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999), applies to this acquisition. Addenda to the following paragraphs of 52.212-2 are: (a) This is a competitive best value source selection in which 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 technical acceptability considered. The Government intends to make award to the lowest price of offers meeting or exceeding the technical acceptability standards. The following factors shall be used in the evaluation process: (1) Price (2) Technical Capability Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, Quality Products (i.e., products brochures and/or products data shall be attached to the price proposal), and satisfactory past performance record: All offerors shall submit description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. In order to demonstrate satisfactory past performance, furnish information on the customer or major client, quantity and type of equipment, facility and other pertinent information regarding the similar equipment as set forth in Attachment 3 of this solicitation. (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. (ii) Next, the Government will evaluate the lowest offeror's technical information as referenced in paragraph (a) (2) above. Technical Acceptability for all offerors will be rated as "Acceptable" or "Not acceptable" by personnel designated in 374 FSS. (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. (End of provision) 10. Attachments: Attachment 1: Government Minimum Characteristics Information Attachment 2: Statement of Work (SOW) Attachment 3: Present/Past Performance Reference List Attachment 4: Representations, Certifications, and Other Statements This is a non-appropriated fund (NAF) purchase and it does not obligate appropriated funds of the United States Government. Non-appropriated funds are generated by the military community through the sale of goods and services, and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-13-Q-1006/listing.html)
- Place of Performance
- Address: Bldg 4086, Auto Hobby Center, Yokota Air Base, Japan, Tokyo, Japan
- Record
- SN03019395-W 20130324/130322235038-7b29e9dd10e7e447aba99a3daec36227 (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 |