Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

23 -- Electric Mini Cabs - Package #1

Notice Date
8/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423110 — Automobile and Other Motor Vehicle Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA5270-18-Q-A115
 
Archive Date
9/27/2018
 
Point of Contact
Aurora P. Salazar-Alas, Phone: 6344694
 
E-Mail Address
aurora.salazar-alas@us.af.mil
(aurora.salazar-alas@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #2 - Tax Exemption Certificate (Japan) Attachment #1 - Specifications for Electric Mini Cabs Electric Mini Cabs (RFQ) Mitsubishi MINCAB-MiEV Commercial Electric Vehicles BRAND NAME OR EQUAL (The quote shall remain valid until 1 October 2018) 1. 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. The solicitation FA5270-18-Q-A115 is being issued as a Request for Quotation (RFQ). This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a quote. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101 - 20 Jul 2018; DPN 20180629 - 29 Jun 2018; and AFAC 2018-0525 – 25 May 2018. 2. The North American Industry Classification System (NAICS) code is 423110 (Automobile and Other Motor Vehicle Merchant Wholesalers). This requirement will utilize full and open competition and will not provide for any socio-economic set asides. Small business size standards are not applicable to this acquisition. 3. Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov/, in order to be considered for award. A current copy of a prospective awardee’s Reps and Certs will be validated using the SAM website prior to the issuance of an award. 4. The following commercial provisions and clauses are applicable to this acquisition: 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5. 5. The following clauses cited in FAR 52.212-5 are also applicable: 52.203-6, 52.204-10, 52.209-6, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, and 52.225-13. 6. Except for what’s listed within this Combined Synopsis/Solicitation, there are no other additional terms and conditions that the Contracting Officer has considered to be necessary for this acquisition and consistent with commercial practices. 7. This notice is a request for competitive quotations. Therefore, all quotations received prior to the RFQ close date will be considered. The government contemplates an award of a Lowest-Price Technically Acceptable (LPTA). Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 8. Brand Name or Equal. When using an “Equal product” to substitute the requested brand name product, the contractor must include the following: (1) MFG name, (2) Part Number, (3) illustrations, (4) literature or description to support equal product substitution in your RFQ submission, and (5) MUST PROVIDE SAMPLES. “Or Equal” quotes will not be considered without the manufacturer’s part number, samples, and specifications or detailed catalog excerpt. If you do not provide any comment, the Government assume you are quoting on the manufacturer and part number as stated in the item description. Supplies are of domestic origin unless indicated otherwise. Details of the requesting product to fulfill requirement must be met. See Salient characteristics above. Details of the requesting product to fulfill requirement must be met. 9. Please respond to this RFQ by emailing response to: SrA Aurora Salazar-Alas E-mail: aurora.salazar-alas@us.af.mil no later than 11:00 am, Japan Standard Time (JST), 13 September 2018. 10. It is the vendor’s responsibility to monitor the FBO system for amendments issued in reference to this requirement. Any potential amendments will be posted in the same fashion as the solicitation. All Contractors who provide goods/services to the DoD must be registered in the System for Award Management (SAM). Failure to comply with SAM registration will deem the offeror ineligible for award. Please email SrA Aurora Salazar-Alas with additional questions at the above noted email address. (Please provide a quote for the line items listed below. Failure to quote on all CLINs will render the quote unacceptable and ineligible for award consideration in the absence of discussions.) ITEM DESCRIPTION QTY Unit Unit Price Extended Amount 0001 Mitsubishi MINCAB-MiEV Commercial Electric Vehicles Manufacturer: Mitsubishi See attachment 1 for vehicle specifications. BRAND NAME OR EQUAL 5 EA 0002 Shipping Cost 1 EA Total Amount 11. DELIVERY ADDRESS: 718 CES/CEHMF Kadena AB Family Housing Okinawa Japan 12. QUOTE INFORMATION Payment Terms Estimated Delivery Date Quote Expiration DATE WARRANTY 1 October 2018 VENDOR INFORMATION ADDRESS Point of Contact PHONE NUMBER E-MAIL ADDRESS DUNS NUMBER CAGE CODE TAX ID NUMBER QUOTE DATE 13. PROVISIONS/CLAUSES The following FAR/DFARS/AFFARS provisions and clauses are applicable to this solicitation: It is the contractor’s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil (For full text references, go to the link above.) 52.212-4 Contract Terms and Conditions--Commercial Items (Jan 2017) 52.232-18 Availability of Funds (Apr 1984) 52.232- 40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.211-7003 Item Unique Identification and Valuation (Mar 2016) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts For Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992) 252.247-7023 Transportation of Supplies by Sea – Basic (Apr 2014) CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision) 5352.201-9101 OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from Offerors, potential Offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman: Air Force Installation Contracting Agency (AFICA)/KP Director 1940 Allbrook Drive, Building 1 Wright-Patterson AFB OH 45433 Phone: (937)257-5529 Fax: (937)656-0919 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) Attachment 01: Specifications for Electric Mini Cabs Attachment 02: Tax Exemption Certificate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-18-Q-A115/listing.html)
 
Record
SN05061361-W 20180831/180829231119-9b88781c75a35264033fd66adc157acc (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 |
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.