Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

72 -- Under Counter Fridges - COMBO

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423620 — Household Appliances, Electric Housewares, and Consumer Electronics Merchant Wholesalers
 
Contracting Office
Department of the Air Force, US Air Force Europe, 501 CSW RCO - Alconbury, RAF Alconbury, PSC 47, Unit 5720, RAF Alconbury, 09470-5720, United States
 
ZIP Code
09470-5720
 
Solicitation Number
FA5570-16-Q-0014
 
Archive Date
9/8/2016
 
Point of Contact
Kim L Engall, Phone: 441480843099, 501 CSW/RCO,
 
E-Mail Address
kim.engall.gb@us.af.mil, 501CSW.RCO@us.af.mil
(kim.engall.gb@us.af.mil, 501CSW.RCO@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Combined Synopsis/Solicitation FA5570-16-Q-0014 Dated 25 July 2016 for Under Counter Fridges 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. This solicitation is issued as a Request for Quote (RFQ). The solicitation document incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-88, Defense Federal Acquisition Regulation Supplement (DFARS) Public Notice 20160630 and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2016-0603. Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The 501st Regional Contracting Office (RCO) intends to award one firm-fixed price contract from this solicitation but reserves the right not to award any contract. This acquisition is unrestricted. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Schedule of items: This requirement is for commercial Under Counter Fridges CLIN 0001: 280 EA Currys ESSENTIALS Fridge CUR50W12 or Equal Minimum Salient characteristics: Dimensions: 839 x 494 x 494 mm (H x W x D) Capacity of the fridge: 80-90 Ltr Capacity of the small freezer: 10 Ltr Colour: White Energy Efficiency Rating A+ Freestanding Voltage: 240 V 3 pin UK plug CLIN 0002: 1 EA: Shipping Within 30 Days ARO FOB Destination Commercial: 420 ABS/CEO, Building No.16, RAF Fairford Gloucestershire, GL7 4DL, United Kingdom Quotes shall be submitted via email to kim.engall.gb@us.af.mil and 501csw.rco@us.af.mil received not later than 1500 hrs British Summer Time (BST), 24 August 2016. Please ensure receipt of email by contacting (+44) 1480 843099. Direct any questions or concerns to Kim Engall on +44 1480 843099, email to kim.engall.gb@us.af.mil or 501csw.rco@us.af.mil Any offer of "or equal" must be clearly identified by brand name, make and model number. Offers of "or equal" must also include descriptive literature and any proposed modifications required to make an "or equal" item conform to specifications. must include descriptive literature so that the Government can make an accurate comparison. Offeror must be registered in System for Award Management (SAM) to be eligible for award. Go to www.sam.gov to register and for details on how to register. Please provide your DUNS and Cage code on submitted quote. Invoicing will be through Wide Area Work Flow (WAWF). Once SAM registration is complete, please go to https://wawf.eb.mil/ to register for WAWF. Successful offeror will only be paid once a valid invoice has been submitted through the WAWF system. CLAUSES and PROVISIONS (FAR/DFARS/AFFARS) (i) The provision at 52.212-1, Instructions to Offerors - Commercial (Oct 2015), applies to this acquisition. Addenda to 52.212-1, Quotes are to remain valid through 30 September 2016. (ii) The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement. The last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition. (iii) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2016), applies to this acquisition. The quotation must include a complete copy of this provision. If offeror is active in SAM, only return paragraph (b) of FAR 52.212-3 along with quote. (iv) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. (v) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2016), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: Part (b) 52.203-6 Restrictions on Subcontractors Sales to the Government (Sep 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) Part (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.222-50 Combating Trafficking in Persons (Mar 2015) (vi) The following provisions/clauses also apply to this acquisition: FAR 52.204-7 52.204-13 52.204-16 52.204-17 52.204-18 System for Award Management System for Award Management Maintenance Commercial and Government Entity Code Reporting Ownership or Control of Offeror Commercial and Government Entity Code Maintenance JUL 2013 JUL 2013 JUL 2015 NOV 2014 JUL 2015 52.211-6 52.225-25 52.232-33 52.247-34 52.252-1 52.252-2 DFARS 252.203-7000 Brand Name or Equal Prohibition on Contracting with Entities Engaging in Certain Activies or Transactions Relating to Iran- Representation and Certification Payment by Electronic Funds Transfer -System for Award Management F.o.b.-Destination Solicitation Provisions Incorporated by Reference Fill in text as follows http://farsite.hill.af.mil Clauses Incorporated by Reference Fill in text as follows: http://farsite.hill.af.mil Requirements Relating to Compensation of Former DoD Officials AUG 1999 OCT 2015 JUN 2013 NOV 1991 FEB 1998 FEB 1998 SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7004 252.223-7006 System for Award Management, Alt A Prohibition On Storage, Treatment, And Disposal Of Toxic And Hazardous Materials FEB 2014 SEP 2014 252.225-7041 Correspondence in English JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.229-7006 252.229-7008 Value Added Tax Exclusion (United Kingdom) Relief from Import Duty (United Kingdom) DEC 2011 DEC 2011 252.232-7003 252.232-7006 Electronic Submission of Payment Requests and Receiving Reports Wide Area Workflow Payment Instructions JUN 2012 MAY 2013 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payment DEC 2006 252.233-7001 252.243-7001 252.247-7023 252.247-7024 Choice of Law (Overseas) Pricing of Contract Modifications Transportation of Supplies by Sea. Notification of Transportation of Supplies by Sea JUN 1997 DEC 1991 APR 2014 MAR 2000 252.229-7001 Tax Relief-Basic (Sep 2014) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: (Offeror insert) RATE (PERCENTAGE): (Offeror insert) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (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 System for Award Management 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). Invoice 2 in 1 (Combo) ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ----------------------------------------------------------------------- `Not applicable.' (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 FA5570 Admin DoDAAC FA5570 Inspect By DoDAAC F3B7AP Ship To Code F3B7AP Ship From Code Not applicable Mark For Code Not applicable Service Approver (DoDAAC) Not applicable Service Acceptor (DoDAAC) Not applicable Accept at Other DoDAAC Not applicable LPO DoDAAC Not applicable DCAA Auditor DoDAAC Not applicable Other DoDAAC(s) Not applicable -------------------------------------------------------------------------------------------- (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 addresses identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. 501csw.rco@us.af.mil david.fisher.27.gb@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. 501csw.rco@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 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) 5352.225-9004 Submission of Offers in Other than United States Currency (June 2006) (a) Offers may be submitted in United States dollars or the currency accepted at the place of performance. (b) All offers shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in effect on the date set for the receipt of initial proposals at http://comptroller.defense.gov/Financial-Management/Reports/fcfr/. (c) When a "Final Proposal Revision" is requested and received, in accordance with the applicable solicitation's terms and conditions, offers shall be evaluated by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in effect on the date set for the receipt of initial proposals. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5670806796564d46b0fb64c947fbec19)
 
Place of Performance
Address: RAF Fairford, Gloucestershire, GL7 4DL, United Kingdom
 
Record
SN04195529-W 20160727/160726000754-5670806796564d46b0fb64c947fbec19 (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.