Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

71 -- Trendway Wall installation at Yokota AB, Japan - Drawings

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) 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-PV02
 
Archive Date
2/28/2012
 
Point of Contact
GINNAFER A. BURNETT, Phone: 3152257299, Masaki Sato, Phone: 81-42-551-6120
 
E-Mail Address
ginnafer.burnett@yokota.af.mil, masaki.sato@yokota.af.mil
(ginnafer.burnett@yokota.af.mil, masaki.sato@yokota.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Trendway Wall Systems Drawings for Combine Synpsis/Solicitation FA5209-12-Q-PV02. Date: 9 Feb 12 Contracting Office ZIP Code: 96328 Contracting Office Address: 374TH CONTRACTING SQUADRON, BLDG 620, YOKOTA AB, APO AP 96328 Subject: Command and Control Console Installation Solicitation Number: FA5209-12-Q-PV02 Closing Response Date. 13 Feb 12 Contact Point: SSgt Ginnafer Burnett PHONE: 011-81-42-551-6120 FAX: 011-81-42-551-0973 E-mail: ginnafer.burnett@us.af.mil 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. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Change Notice 20110804. 3) The standard industrial classification code is 7110, NAICS 337214, Small Business Size Standard for this NAICS code is 500 employees. 4) DESCRIPTION: a) (CLIN) 0001: Trendway Wall System. See attached drawing for additional information. Salient Characteristics: One Door Section, 40.8" wide, two Variable Glazed Panels 48" Wide, One Variable Glazed Panel 36" wide, three Variable Glazed Panels 24" wide, two Filler Panels 12" wide, seven 9 feet Standard Straight Conditions, one 9 feet Standard Corner Condition, two 12 feet Floor Plates, two 12 feet Straight Crowns, two Round Ceiling Braces, four 12 feet long straight base trim, two 9 foot Wall Channel Condition Kits and three Ceiling Decking for Freestanding Suport. b) (CLIN) 0002: Installation of Trendway Wall System at Yokota AB, Japan to be completed prior to 28 Feb 12. This CLIN should include Airfare, Lodging, Per Diem and all necessary expenses for two people to install the Trendway Wall System in CLIN 0001. 5) Delivery shall be F.O.B. Destination to: 730 AMS/AMCC, Bldg. 8, Yokota AB, Japan Delivery Period: 10 DAYS ARO (6) The following provisions apply to this acquisition: FAR 52-212-1 Instructions to offerors-Commercial items FAR 52.212-2 Evaluation-Commercial items: (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: Offers shall be ranked according to price, the lowest been ranked highest. The price evaluation will evaluate the offers completeness, and reasonableness of the proposed price. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. 2. Technical Capability: Technical Acceptability for the lowest offeror will be rated as "met" or "failed". Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards and are in compliance with the grade of the products specified, based on product literature/description. 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. A single award will result from this evaluation. (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) Offeror shall include a completed copy of the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial items Alternate I (7) The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items. Only the following FAR clauses in paragraph(b) of FAR 52.212-5 are applicable: FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration. (8) The following DFARS clauses cited are applicable to this solicitation: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Only the following DFARS clauses in paragraph(b) of DFARS 252.212-7001 are applicable: DFARS 252.225-7001 Buy American Act And Balance Of Payment Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program(x)Alternate I DFARS 252.232-7003 Electronic Submission of Payment Request 9) Quotes must be signed, dated and submitted by 13 Feb 12, 1600 hrs, Japan Standard Time. All submissions can be electronically submitted to the following point(s) of contact. SSgt Ginnafer Burnett at ginnafer.bunett@us.af.mil Mr. Masaki Sato masaki.sato.jp@yokota.af.mil 10) Attached are the Drawings for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-12-Q-PV02/listing.html)
 
Place of Performance
Address: Yokota AB, Japan, Fussa-shi, Non-U.S., 197-0001, Japan
 
Record
SN02669897-W 20120210/120208234303-1b78af5c949b7fdb19cd41cc37c16665 (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.