Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

59 -- Electric Winch Assembly - Government Minimum Characteristics Item Information

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
FA5209-16-Q-1022
 
Archive Date
10/6/2016
 
Point of Contact
Demarquis Bell, Phone: 315-225-7102, Keisuke Kiyotaka, Phone: 81-42-552-3014
 
E-Mail Address
demarquis.bell@us.af.mil, keisuke.kiyotaka.jp@us.af.mil
(demarquis.bell@us.af.mil, keisuke.kiyotaka.jp@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GMCII Attachment Solicitation Number: FA5209-16-Q-1022 Notice Type: Combined Synopsis/Solicitation RFQ - Electric Winch Assembly for Rotatable Log Requesting Agency: 374th Communications Squadron Unit 5120 Bldg 4145, Yokota Air Base, Japan APO, AP 96328-5120 Purchasing Agency: 374th Contracting Squadron/LGCB Unit 5228, Bldg. 620, Yokota Air Base, Japan APO, AP 96328-5119 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a Request for Proposal (RFP) and a written solicitation will not be issued. The solicitation number is (FA5209-16-Q-1022). 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 and DFARS Publication Notice 20160802. 3. DESCRIPTION: Electric Winch Assembly for Rotatable Log; Antenna Products Corp P/N 1000-0816-401 or equal, Yokota Air Base, Japan 4. DELIVERY: 30 Days ADC W62N2A/SW3225 - Tracy, CA XU Def DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 5. Deadline for receipt of offers: 21 September 2016, 00:00 AM, Eastern Standard Time. All questions must be submitted no later than 00:00 a.m. Eastern Standard Time, 19 September 2016. Quotations may be faxed to 042-530-7786 or if dialing from outside Japan 011-81-42-553-7786, or sent via e-mail to demarquis.bell@us.af.mil. Email submissions are preferred. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 334220, Small Business Size Standard for this NAICS code is 1250 EMP Potential bidders are to provide a quotation for the purchase outlined in the Government Minimum Characteristics Item Information (GMCII, Attachment 1), which is included as an attachment to this solicitation: - Quotations shall include a total price for the following bid schedule: CLIN 0001 - Electric Winch Assembly; MFR: Antenna Products Corporation; P/N 1000-0816-401 or equal - 2 Each - Prices shall be all inclusive (i.e. all material, transportation, labor, warranty, installation, set up, testing, operating instruments, etc.) INSTRUCTION TO OFFERORS: All quotations must include the following information: 1. Company's complete mailing and remittance address. 2. Discounts for prompt payment- if any. 3. Quotations must be valid for a period of no less than 90 days. 4. Quotations shall include the contractors Technical Capability as follows: a) Manufacturer Catalogs, Brochures, or Specifications need to be attached. b) Projected schedule of Delivery Date. (Desired Delivery Period: 30 days after receipt of the resulting contract.) FAR 52.212-2 - EVALUATION--COMMERCIAL ITEMS This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) 374 CONS will award a contract/purchase order 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 following factor shall be used to evaluate offers: 1. Price 2. Technical Acceptability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Government Minimum Characteristics Item Information, Attachment 1. All offerors shall submit the product literature or other documents to provide quality products complying with the attached "Statement of Work" (i.e., products brochures, products catalog data, and/or drawings). (Please see Attachment 1 for GMCII) Initially, offers shall be ranked according to evaluated prices, and the lowest offeror's technical information will be forwarded to the customer, 374 CS for evaluation, and the customer will rate the technical information as "acceptable" or "unacceptable". Technical acceptability is met when the offeror submits proof of technical capability and compliance with the requirements above. A single award will result from this evaluation. If the lowest offeror meets the Government technical acceptability as defined above, the Purchase Order will be awarded to the lowest price with technically acceptable offeror. If the lowest offer fails to meet the Government technical acceptability, it will be eliminated from consideration for award. The Government will then evaluate the next low offeror's technical acceptability in the same manner. This process will continue until on offeror is found to meet the Government technical acceptability as defined in this solicitation. The Government intends to award a purchase order without discussions with respective offerors. The Government however, reserves the right to conduct discussions if deemed in its best interest. (b) A written notice of award or acceptance of an offer, which will be mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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) Additional Information Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Contracting Office Address: 374th Contracting Squadron/LGCBB Unit 5228, Bldg. 620, Yokota Air Base Fussa-shi, Tokyo 197-0001 Japan Place of Delivery: W62N2A/SW3225 - Tracy, CA XU Def DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 Primary Point of Contact: SrA Demarquis Bell Contract Specialist demarquis.bell@us.af.mil Phone: 042-552-3014 Secondary Point of Contact: Keisuke Kiyotaka keisuke.kiyotaka.jp@us.af.mil Phone: 042-552-3014 The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil FAR 52.212-1 - Instructions to Offerors -- Commercial Items. 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. FAR 52.222-50 - Combating Trafficking in Persons. FAR 52.225-13 - Restrictions on Certain Foreign Purchases. DFARS 225.232-7003 - Electronic Submission of Payment Request and Receiving Reports DFARS 225.232-7006 - Wide Area Workflow Instructions Attachments: Attachment 1: Government Minimum Characteristics Item Information SHIPPING INSTRUCTION: THE ITEM(S) SHALL BE PACKED AND MARKED IN ACCORDANCE WITH BEST COMMERCIAL PRACTICE TO PREVENT DAMAGE TO PROPERTY. DELIVERY WILL BE MADE BY THE MOST ECONOMICAL MEANS AVAILABLE TO THE POINT LISTED BELOW. AN ADEQUATE SIZE OF LABEL SHALL BE AFFIXED TO EACH CONTAINER BY ENUMERATING THE FOLLOWING INFORMATION. TRANSPORTATION CONTROL NUMBER (TCN): FB52096229X601XXX TRANSPORTATION ACCOUNTING CODE (TAC): FH38 TRANSPORTATION PRIORITY (PT): 03 NUMBER OF PIECES: (SPECIFY) _____________ PIECE NUMBER: (SPECIFY) _____________ PURCHASE ORDER NUMBER: TBD SHIP TO: DEFENSE LOGISTICS AGENCY DEFENSE DISTRIBUTION DEPOT SAN JOAQUIN TRACY DEPOT, BLDG 30, CCP 25600 CHRISMAN ROAD TRACY, CA 95376 TEL: 209-839-4357 FAX: 209-839-4334 FOR TRANSSHIPMENT TO: FB5209 TRAFFIC MANAGEMENT OFFICE 374 LRS/LGRTCI, BLDG 950, JAPAN APO AP 96328 MARK FOR: MSgt Dustin Hemmingway or TSgt David Reyes 374 CS/SCOW Unit 5081 Bldg 653 Room 102 APO, AP 96328-5081
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-16-Q-1022/listing.html)
 
Place of Performance
Address: Yokota Air Base, Japan, Fussa-shi, Non-U.S., United States
 
Record
SN04274350-W 20160917/160916000536-51214b990ad270f9c5919df6f2b5a81c (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.