Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
MODIFICATION

35 -- Robocrib 2000

Notice Date
9/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F3B2X20211A001
 
Archive Date
9/29/2010
 
Point of Contact
Anthia Charles, Phone: 441638522270, Alan D Rose, Phone: 44 1638 52 1221
 
E-Mail Address
anthia.charles@lakenheath.af.mil, alan.rose@lakenheath.af.mil
(anthia.charles@lakenheath.af.mil, alan.rose@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F3B2X20211A001 Posted Date: 26 Aug 2010 Amendment Posted Date 7 September 2010 Original Response Date: 6 Sept 2010 Amended Response Date 14 September 2010 Classification Code: 3590 Miscellaneous Service and Trade Equipment Set Aside: N/A NAICS Code: 423830- Industrial machinery and equipment (except electrical) merchant wholesalers Contracting Office Address Department of the Air Force, Air Force United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270. Description COMBINED SYNOPSIS/SOLICITATION - Robocrib 2000 item is brand name or equal 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes (to include a price quote for ALL items) on RFQ reference number # F3B2X20211A001. This solicitation is subject to availability of funds for FY11 in accordance with FAR 53.232-18 Availability of Funds. III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code associated with this requirement is 423830. V. List of items required: CLIN 0001 - One (1) Robocrib 2000 or equal (see attached specifications). Equal item must meet attached specifications. VI. This combined synopsis/solicitation is for a Robocrib 2000. VII. Delivery FOB Destination to: 100 MXS/MXMX BLDG 814 Room 411 RAF MILDENHALL, SUFFOLK, IP28 8NG UNITED KINGDOM VIII. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), and the attached addendum applies to this acquisition. Please see the addendum below. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), does not apply to this acquisition. Alternatively, as prescribed in FAR 12.301(c), a provision substantially the same as 52.212-2 has been incorporated into the attached addendum. X. The vendor must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2009). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010), applies to this acquisition. XII. FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2010) (Deviation). XIII. The following clauses are also applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225-7042, Authorization to Perform; 252.229-7000, Invoices Exclusive of Taxes or Duties; 252.229-7006, Value Added Tax Exclusion (United Kingdom); 252.229-7008, Relief from Import Duty (United Kingdom); 252.232-7003, Electronic Submission of Payment Requests; 252.233-7001, Choice of Law (Overseas), FAR 53.232-18 Availability of Funds. XIV. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. XV. Quotes are required to be received no later than 10:00 am EST, Eastern Standard Time or 3:00 pm GMT, Greenwich Mean Time, on Tuesday, September 14, 2010, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; technical specifications; statement that ORCA has been completed IAW para X. above or completion of the provision 52.212-3. Quotes shall be delivered via email to: anthia.charles@lakenheath.af.mil XVI. If there are any questions on the requirement, please contact the individuals below: SSgt Anthia Charles, Contract Specialist Phone (011) (44) 1638 522270 Email anthia.charles@lakenheath.af.mil Alan Rose Contracting Officer Phone (011) (44) 1638 522371 Email alan.rose.GBR@lakenheath.af.mil ADDENDUM As prescribed in 12.302(d) the following addendum is provided for provision FAR 52.212-1 to establish this solicitation as a Request for Quotation compliant with FAR Part 13 solicitation, evaluation, and award procedures: *the term "solicitation" hereby references this combined synopsis solicitation* INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (JUN 2008) (a) Reserved. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on company letterhead. As a minimum, quotations must show-- (1) The Request for Quotation (RFQ) number; (2) The date specified in the RFQ for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the vendor shall complete electronically); (9) Acknowledgment of Solicitation Amendments (if any); (10) Reserved; (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (d) Reserved. (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Reserved. (g) Contract award. The Government intends to evaluate quotations as described in this solicitation and award to the vendor whose quotation represents the best value to the Government. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint (see "Evaluation" below). (h) Multiple awards. The Government may accept any item or group of items of a quote, unless the vendor qualifies the quote by specific limitations. Unless otherwise provided in the Schedule, quotes may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity quoted, at the unit prices quoted, unless the vendor specifies otherwise in the quote. (i) Reserved. (j) Data Universal Numbering System (DUNS) Number. Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun & Bradstreet directly to obtain one. An vendor within the United States may contact Dun & Bradstreet by calling 1-866-705-5711 or via the internet at: http://fedgov.dnb.com/webform. Any vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless the vendor is exempted in accordance FAR 4.1102, by submission of an quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (End of Provision) In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: (i) technical capability of the item offered to meet the Government requirement (ii) price Basis for award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the Government based on selection of the technically acceptable quotation with the lowest evaluated price. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. (b) A purchase order, mailed or otherwise furnished to the vendor shall result in a binding contract upon receipt of written acknowledgement by the vendor or commencement of performance. ________________________________________________________________________ NOTE: In accordance with FAR 13.004, the following information regarding quotations is provided: Legal Effect of Quotations A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. Specifications Auto-dispensing parts machine that needs to be able to hold at least 1000 storage bins that are enclosed inside of the machine (see below for storage bin sizes). The machine will need to be able to keep an accurate account of how many items are in each bin. The machine needs to be at least 62"W x 62"D x 84"H. Power supply shall be at least 220v not to exceed 240v and use a standard UK wall socket plug. The machine needs to have an automated way of counting the total number in each bin and also tell how many items are left per bin which will then notify personnel when bins are getting low on stock. It will also need a secure login system so that only authorized personnel can access the items inside. Number of Storage Bins and Sizes 100ea 11.5" x 4" circle shape 100ea 11.5 x 5.5 x 4" 100ea 9.5" x 5.5" x 4" 200ea 7.5" x 5.5" x 4" 250ea 5.5" x 5.5" x 4" 250ea 2.75" x 5.5" x 4"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F3B2X20211A001/listing.html)
 
Place of Performance
Address: RAF Mildenhall, United Kingdom
 
Record
SN02272158-W 20100909/100908064533-a2eff649352d9a96964cdbf225ff3da7 (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  © 1994-2020, Loren Data Corp.