SOLICITATION NOTICE
38 -- PROCUREMENT OF ONE (1) 25 TON ROUGH TERRAIN CRANE WITH TELESCOPIC BOOM FOR SASEBO, JAPAN - COMBINED SYNOPSIS 14T0033
- Notice Date
- 1/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Far East, OPAQ IPT, PSC 473, Box 13 FPO AP96349-0013, Building 1828 Tomari-cho Yokosuka, Kanagawa, 238-0001
- ZIP Code
- 00000
- Solicitation Number
- N4008414T0033
- Archive Date
- 2/28/2014
- Point of Contact
- Orie Tomita, Phone: 01181468162524, Yoko Yamaguchi, Phone: 81468169767
- E-Mail Address
-
orie.tomita.ja@fe.navy.mil, Yoko.Yamaguchi.ja@fe.navy.mil
(orie.tomita.ja@fe.navy.mil, Yoko.Yamaguchi.ja@fe.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Enclosure 1-4 of Combined Synopsis/Solicitation N4008414T0033 Combined Synopsis/Solicitation N4008414T0033 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number N40084-14-T-0033 is issued as a request for quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70. The NAICS code is 333120. This acquisition is the purchase of one (1) 25 ton rough terrain crane with telescopic boom for Sasebo to be delivered to the respective locations indicated below. The contractor shall quote pricing for F.O.B. delivery of vehicles to the specified delivery locations for contract line item numbers CLIN 0001. The contract requirements for these cranes are outlined in Enclosure 1, Rough Terrain Crane Specifications. CLIN 0001: Rough Terrain Crane Mobile, Telescopic Boom, Diesel Engine Drive, 25 Metric Ton Capacity Quantity: 1 Delivery to: NAVFACFE, BSV&E, Public Works Department, Bldg 2013, Sasebo, Japan The following provisions apply to this acquisition: 1) FAR 52.212-1, Instructions to Offerors - Commercial, 2) FAR 52.212-4, Contract Terms and Conditions - Commercial Item, 3) FAR 52.212-5, Contract Term and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 4) All other provisions and clauses included in Enclosure 3. The words "offer" and Offeror" shall be construed to mean "quotation" and "Quoter" where appropriate and the words "proposal" or "proposing" shall be construed to mean "quote" or "quoting" where appropriate. The Price Proposal Form has been provided in Enclosure 2 to the solicitation. Proposing contractors shall use the Q&A form provided in Enclosure 2 for presenting questions to NAVFAC Far East's point of contact, Ms. Orie Tomita. The end date for any question submittal shall be Friday, 24 January 2014, and questions submitted after that time may not be answered. Submitting questions is not required to qualify for award. Proposing contractors must download Enclosure 3 for certain provision terms that must be filled-in and submitted before the closing date for quotes. Proposing contractors shall provide completed copies of both FAR 52.212-3, Alt. I, and DFARS 252.212-7001, or they may reference a current Online Representations and Certification Application (ORCA) record. Proposing contractors are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Quoters are required to be registered and current in the Central Contractor Registration (CCR) database prior to award. THE DATABASE SYSTEM FOR CCR AND ORCA RECORDS HAS RECENTLY CHANGED; PLEASE LOG ON TO www.sam.gov TO APPLY FOR AN ACCOUNT TO ACCESS AND UPDATE YOUR RECORDS. This combined synopsis/solicitation is also available electronically on the Federal Business Opportunities Web site (https://www.fbo.gov/). In the event any amendments are posted via Federal Business Opportunities prior to the due date, proposing contractors shall acknowledge receipt of all amendments at the time of submitting solicitation packages. BASIS OF AWARD: This procurement consists of one solicitation with the intent to award one Firm Fixed-Price (FFP) commercial item contract. The Government reserves the right to make more than one award, if necessary, to meet the requirements of this solicitation. The Government will award a contract resulting from this RFQ to the responsible quoter whose quotation conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Acceptability Factor 2: Past Performance Factor 3: Price 1. Factor 1 - Technical Acceptability: (i) RFQ Submittal Requirements: Overall compliance of the item offered with the stated specifications. Two (2) sets of catalogues or other product literature identifying the features and specifications of each vehicle offered. At a minimum, the literature should identify compliance with the specifications identified in Enclosure 1. (ii) Basis of Evaluation: Technical considerations and capabilities meet performance and capability standards or better. The quotation represents a reasonable probability of success with overall moderate degree of risk in meeting the Government's requirements or better. 2. Factor 2 - Past Performance (i) The Government will evaluate past performance based upon sources available to the contracting officer that may include Past Performance Information Retrieval System, FAPIIS, ESRS, inquiries to and responses from customers, and any relevant information submitted by the offeror. (ii) Quoters may also submit past performance information not to exceed 3 pages regarding provision of items similar in scope to what is required under this contract. Such information should clearly provide a point of contact for any customer references. (iii) Basis of Evaluation: The offeror's past performance will be evaluated with regard to recentness and relevancy of the past performance, general trends and quality of performance, timely completion of work and adherence to schedules, quality of deliverables, commitment to customer satisfaction, and business integrity, cooperation, and responsiveness. An offeror with no relevant past performance will not be evaluated positively or negatively under this factor. 3. Factor 3 - Price (i) RFQ Submittal Requirements: Pricing shall be separate from technical proposal documents, and provided on the Price Proposal Form provided in Enclosure 1 of the Solicitation Package. Proposals shall be priced in Japanese yen ONLY. Quotes shall include all of the following: (1) Completed Price Proposal Form, enclosure (2), (2) A Current CCR account registration as detailed in FAR 52.204-7, and (3) Current Representation and Certification Records, either in ORCA or by submittal, in accordance with Contract Provisions 52.212-3, Alt. I, and 252.212-7000. (ii) Price Proposal form (Enclosure 2) with all highlighted Blocks completed. Offered manufacturer's name/ model Number proposed delivery date shall be stated; If the offering delivery date differs from the requirement, the offer may NOT be considered as reasonable. (iii) Basis of Evaluation: The Government will evaluate price separately based on the total price for item 0001. Total price includes all of the basic requirements for item 0001. Technical and past performance, when combined, are approximately equal to cost or price. RFQ Submittal Requirements: Other contract administration information is detailed under Enclosure 4. All documents are due no later than Friday, 31 January 2014, by 10:00 Japan Standard Time (UTC + 9 hours). Quotes and supporting documentation must be submitted by the deadline to ensure that they are evaluated for award, the government reserves the right to review late quotations it determines that such review is in the best interests of the government. All correspondence should be in English; thank you for your understanding. Electronic copies of all proposal documents (technical and price) are requested. All electronic documents should be submitted in Adobe PDF format (*.pdf) unless an alternate format is approved by NAVFAC prior to the due date. Proposing companies may either submit their proposals by: a. Email. No email sent shall be larger than 4 MB in size. If the proposing company must send multiple emails, they should be labeled in the subject as "Email x of n", where x is the unique number and n is the total number of emails. The time stamp of when the email is received shall be official, so please provide enough time when sending to allow for server delays. b. Postal or Delivery service. Please be advised that mail shall be recorded and dated on the received date, not the send date, so the recommendation for mailing is to ensure enough time for delivery to be made before the due date. All paper copies should be accompanied as well by an electronic version, and should be provided upon a CD or DVD disc (No Flash or Thumb Drives Please). No escort or pick up service for proposals at the main gate of Naval Base Yokosuka can be provided. For Japan mail, the address of the Purchasing Office is: Naval Facilities Engineering Command (NAVFAC) Far East Attn: Ms. Orie Tomita, Acquisition Department BLDG F60, 2ND FLOOR, BOX 13, TOMARI-CHO, YOKOSUKA-SHI, KANAGAWA-KEN 238-0001 JAPAN Enclosure 1 - Specifications for CLIN 0001 Enclosure 2 - Price Proposal Question & Answer Form Enclosure 3 - Provisions and Clauses Enclosure 4 - Contract Administration
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008414T0033/listing.html)
- Place of Performance
- Address: SASEBO, NAGASAKI, JAPAN, SASEBO, Japan
- Record
- SN03264946-W 20140111/140109235751-8baa4d4ba236ba381b5a7ca9574c0145 (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 |