Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
MODIFICATION

72 -- MFH Appliances at Spangdahlem Air Base - Responses to Questions

Notice Date
6/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
423620 — Household Appliances, Electric Housewares, and Consumer Electronics Merchant Wholesalers
 
Contracting Office
AFICA - AFICA- EUROPE
 
ZIP Code
00000
 
Solicitation Number
F3W3055117A001
 
Archive Date
7/19/2015
 
Point of Contact
Zachary T. Braum, Phone: 4529529, Chad Stemick, Phone: 314-452-9515
 
E-Mail Address
zachary.braum@us.af.mil, Chad.Stemick@us.af.mil
(zachary.braum@us.af.mil, Chad.Stemick@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses to questions to the RFQ for Appliances. 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. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The 52 nd Contracting Squadron has a requirement for Various Household Appliances for Spangdahlem AB, Germany. The Appliances are to be delivered within 120 calendar days from issuance of award to 52 CES/FMO, Flugplatz Spangdahlem, Germany, 54529. This solicitation, F3W3055117A001, is issued as a Request for Quotation (RFQ). PLEASE SUBMIT YOUR QUOTATION and/or questions to zachary.braum@us.af.mil or chad.stemick@us.af.mil, No Later Than 3:00 pm Central European Time, 04 July 2015. This document incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-82. REQUIREMENTS: Item 0001 - Refrigerator Qty: 150 Ea Refrigerator Large (Euro Spec) - Manufacturer: LG - Part Numb: GT5247PVFW - OR Equal ****************************************************************************** Price of each: ____________ Total Price: _______________ Item 0002 - European Washer Qty: 50 Ea Washer Min Capacity 8kg (Euro Spec) - Manufacturer: Siemens - Part Numb: WM16W540 - OR Equal ****************************************************************************** Price of each: ____________ Total Price: _______________ Item 0003 - European Condense Dryer Qty: 50 Ea Condense Dryer Min Capacity 8kg (Euro Spec) - Manufacturer: Siemens - Part Numb: WT46W261 - OR Equal ****************************************************************************** Price of each: ____________ Total Price: _______________ Item 0004 - European Dishwasher Qty: 120 Ea Dishwasher (Euro Spec) - Manufacturer: Siemens - Part Numb: IQ500 SN26P230EU - OR Equal ****************************************************************************** Price of each: ____________ Total Price: _______________ Item 0005 - Washer Machine Qty: 120 Ea Wash Machine (US Spec) - Manufacturer: Whirlpool - Part Numb: 3XWTW5905SW - OR Equal ****************************************************************************** Price of each: ____________ Total Price: _______________ Item 0006 -Dryer Qty: 120 Ea Dryer (US Spec) - Manufacturer: Whirlpool - Part Numb: 3XWED5705SW - OR Equal ****************************************************************************** Price of each: ____________ Total Price: _______________ Item 0007 - Range, Electric 30" Qty: 100 Ea Range Electric 30" (US Spec) - Manufacturer: Frigidaire - Part Numb: FFF335ES - OR Equal ****************************************************************************** Price of each: ____________ Total Price: _______________ DELIVERY DATE / DAYS: ____________DAYS__ OVERALL TOTAL PRICE: _____________________________ ***NOTE: If your company intends to offer an or EQUAL product, you must provide all Necessary Specifications and other technical data so that a determination can be made if this product actually represents a true Equal product. The Government intends to issue a firm fixed price contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, is lowest among all quotes that were deemed to be technically acceptable and most advantageous to the Government. The Government intends to award without discussion, and reserves the right to amend or cancel the solicitation at no cost to the Government. Delivery/Shipping will be to Spangdahlem AB, Germany. Items are required in accordance with the below schedule. Submit written offers ( oral offers will not be accepted ) The following FAR Provisions and Clauses are applicable to this procurement: Technically acceptable quotes: Signed quote submitted within the time allotted. Pricing must include shipping. Warranty must be addressed in quote. Delivery and installation complete within 120 calendar days from award. Point of Contact Information: A. The Contract Specialist for this requirement is: Amn Zachary Braum, zachary.braum@us.af.mil B. The Contracting Officer for this requirement is: TSgt Chad Stemick, chad.stemick @us.af.mil. Please submit questions or concerns to the above points of contact at least 24 hours before the quote due date and time to ensure your questions are addressed before quotes are due. The following pertains to invoicing for payment: 252.232-7006 - Wide Area Workflow Payment Instructions (Jun 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ''Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer: See Inspection & Acceptance above. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the System. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC F78900 Issue by DoDAAC FA5606 Admin DoDAAC FA5606 Inspect By DoDAAC See schedule Ship to Code F3W305 ------------------------------------------------------------------------ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications'' field of WAWF once a document is submitted in the system: zachary.braum@us.af.mil and chad.stemick@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: zachary.braum@us.af.mil and chad.stemick@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. 52.216-1 -- Type of Contract. Type of Contract (Apr 1984) The Government contemplates award of a firm-fixed price contract resulting from this solicitation. (End of Provision) The Clauses and Provisions listed below are applicable to this order and can be read in their full text at http://farsite.hill.af.mil Clauses Incorporated by Reference: 52.202-1 - Definitions 52.203-3 - Gratuities 52.203-6 Alt. 1 -- Restrictions on Subcontractor Sales to the Government 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 - System for Award Management 52.204-9 - Personal Identity Verification 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.209-5 -- Certification Regarding Responsibility Matters 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 - Information Regarding Responsibility Matters 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors -- Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 (Deviation 2013-O0019) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-19 - Child Labor-Cooperation with Authorities and Remedies 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.222-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-3 - Hazardous Material 52.223-5 -- Pollution Prevention and Right-to-Know Information 52.223-15 - Energy Efficiency in Energy-Consuming Products 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-19 Compliance with Environmental Management Systems 52.225-1 - Buy American-Supplies 52.225-13 - Restrictions on Certain Foreign Purchases 52.225-14 - Inconsistency Between English Version and Translation of Contract 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-33 - Payment by Electronic Funds Transfer 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-1 -- Disputes 52.233-2 -- Service of Protest 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.242-13 -- Bankruptcy 52.247-34 - FOB Destination 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 52.253-1 -- Computer Generated Forms 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.204-7003 -- Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.215-7008 Only One Offer 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.225-7001 - Buy American and Balance of Payments Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.225-7041 - Correspondence in English 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States 252.227-7015 - Technical Data-Commercial Items 252.227-7037 - Validation of Restrictive Markings on Technical Data 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 - Tax Exemption (Germany) - Alt I (19%) Mehrwertsteuer Germany 252.229-7002 - Customs Exemption (Germany) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7008 - Assignment of Claims (Overseas) 252.232-7010 - Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001 - Pricing of Contract Modifications 252.247-7023 - Transportation of Supplies by Sea 252.203-7005 - Representation Relating to Compensation of Former DOD Officials 252.204-7011 - Alternative Line Item Structure Clauses Incorporated by Full Text: 52.212-3 Offeror Representations and Certifications--Commercial Items with Alt I. An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) and Alt I of the provision. FAR 52.212-4 Addendum CONTRACT TERMS AND CONDITIONS - FEB 2012 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the Software Licensing Agreement shall prevail in lieu thereof. (End of Clause) 52.225-18 - Place of Manufacture. Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) 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 Clause) 252.233-7001 CHOICE OF LAW (OVERSEAS) (JUNE 1997) This contract shall be construed and interpreted in accordance with the substantive laws of the United States of America. By the execution of this contract, the Contractor expressly agrees to waive any rights to invoke the jurisdiction of local national courts where this contract is performed and agrees to accept the exclusive jurisdiction of the United States Armed Services Board of Contract Appeals and the United States Court of Federal Claims for hearing and determination of any and all disputes that may arise under the Disputes clause of this contract. (End of clause) 5352.201-9101 OMBUDSMAN (APR 2014) (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, Primary: Mr. Douglas Guldan AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: douglas.guldan@us.af.mil Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025 Alternate: Ms. Heidi Hoehn AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany. E-mail: heidi.hoehn.de@us.af.mil Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086 ) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance [ List each Class I ODS, its applications or use and the approved quantities for use throughout the length of the contract. If "None," so state. ] (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) 5352.242-9100 INSTALLATION PASSES (USAFE) (APR 2002) (a) Prior to commencing work the Contractor shall furnish a complete list of all vehicles and personnel involved in the accomplishment of the contract work to the 52 CES or designated representative to ensure access to the respective installations. The following information must be furnished on this list: Vehicles: Make, model, year of manufacture, capacity, type, license number, and insurance policy number. Personnel: First and last name, date of birth, place of birth, passport or identification card number, place of residence and any such other information, as required, to satisfy individual air base or army security regulations governing access to granting of passes to the particular military establishment. (b) All passes may be obtained from the 52 CES or designated representative approximately 20 days after the aforementioned lists have been submitted. The contractor shall inform all assigned workers that they may be subject to search, at the discretion of the installation commander, when entering or leaving the installation. (c) Installation passes will be returned immediately to the Issuing Officer when: (1) Pass has expired. (2) Pass holder is no longer employed by the Contractor. (3) Contract is completed. (4) Contracting Officer so directs. (End of clause) 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. All proposals must be valid through 30 Sept 2015. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c685bcf2d737490feffa881a5c1424fd)
 
Place of Performance
Address: 52 CES/CEF, GEB. 47, FLUGPLATZ SPANGDAHLEM, SPANGDAHLEM 54529, Spangdahlem Air Base, Non-U.S., 09123, Germany
 
Record
SN03757245-W 20150610/150608235414-c685bcf2d737490feffa881a5c1424fd (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.