Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

69 -- Modular Shoot House Trainer - CSS

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326299 — All Other Rubber Product 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
FA5209-18-CP103
 
Point of Contact
Christopher W. Parker, Phone: 81-42-551-6120
 
E-Mail Address
christopher.parker.40@us.af.mil
(christopher.parker.40@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CSS Solicitation Number: FA5209-18-CP103 Notice Type: Combined Synopsis/Solicitation Synopsis: 14 SEP 18, 10:35 a.m. (Japan Standard Time) RFQ Title- Modular/collapsible "Shoot House" Training Aide Requesting Agency: Yokota AFB 374th Secuirty Forces Squadron, USAF Unit 5118, Bldg. 555, Yokota AB APO, AP 96328-5118 Purchasing Agency: 374th Contracting Squadron/PKBB Unit 5228, Bldg. 620, Yokota AB APO, AP 96328-5228 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. This acquisition is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 326299 and the associated size standard is 500 employees. This combined synopsis-solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99, effective 16 JUL 2018, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20160923. This combined synopsis-solicitation incorporates one or more provisions or clauses by reference, with the same force and effect as if they were given in full text. The full text of any provision or clause may be accessed electronically at http://farsite.hill.af.mil or https://www.acquisition.gov/far/index.html. The Government contemplates award of a Firm-Fixed Contract (Purchase Order) resulting from this combined synopsis-solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contractor shall provide the following items: CLIN Description 0001 Modular/collapsible "Shoot House" Training Aide Salient/minimum Characteristics: •· Qty-20 8 (eight) foot tall walls consisting of: •o Qty-7 blank walls •o Qty-4 walls with a door •o Qty-4 Door panels •o Qty-4 walls with a window capable of supporting a 220lb person during entry •· Possibly arranged as H, T, or I, L shape structure •· Minimum 5 year warranty (included in price) •· Ability to compress to less than 10% of actual size for storage FOB: Destination: POE, Tracy Depot, CA Delivery: ADC 60 days Delivery Point: DEFENSE LOGISTICS AGENCY DEFENSE DISTRIBUTION DEPOT SAN JOAQUIN TRACY DEPOT, BLDG 30, CCP 25600 CHRISMAN ROAD TRACY, CA 95376 Required Information and Submittals SPECIAL NOTES TO OFFERORS: All quotes must include the following information (Either filling-in the below or your own format is acceptable): 1. Request for Quotation (RFQ) reference number: FA5209-18-P103 2. Offeror's Information: Company's complete mailing and remittance address: DUNS No: CAGE Code: 3. Discounts for prompt payment- if any 4. Price for Contract Line Item Numbers (CLINs) 0001 and 0002: 5. Quote must be valid for a period of no less than 60 days. Contract Line Item Number (CLIN): CLIN 0001: - $_______________ Total: - $_______________ - Prices shall be all inclusive (i.e. all material, shipping, transportation, etc.) The following FAR and DFARS clauses and provisions are incorporated by reference: 52.212-1 Instructions to Offerors (JAN 2017); 52.212-2 Evaluation - Commercial Items (OCT 2014); (a) 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 following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, 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) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at http://www.sam.gov/portal prior to submitting an offer. 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017); applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2018) applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.204-10, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-5, 52.225-13, and 52.232-33, 52.252-2, 52.252-3. Additional clauses that apply are: 52.204-16, 52.225-14, 52.228-3, 52.232-40, 252.203-7000, 252.203-7002, 252.204-7012, 252.204-7015, 252.209-7004, 252.222-7002, 252.225-7041, 252.232-7003, 252.232-7010, 252.244-7000, 252.247-7023, 252.225-7043, 252.232-7006, and 5352.2201-9101. Additional provisions that apply are as follows: 52.204-16, 252.203-7005, and 252.204-7008. There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. QUOTE SUBMISSION INSTRUCTIONS. Quotes must include the following items: (1) Company name, address, telephone number, e-mail address, and fax number (2) Combined synopsis-solicitation number (3) Unit price and extended prices for all CLINS (4) DUNS number and CAGE code. A DUNS number may be obtained at http://fedgov.dnb.com/webform/pages/CCRSearch.jsp. A CAGE code may be obtained at the following website: https://www.natolog.com/AC135Public/scage/CageList.aspx. (5) Signed acknowledgements of all amendments, as applicable. All contractors are required to provide a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items with Alternate I. Alternately, contractors may indicate completion of the online representations and certifications at https://orca.bpn.gov. Quote Specifics: Quotes are due to this office no later than 10:00 a.m. Japan Standard Time (JST), Monday, 17 SEP 2018. Quotes received after that time will not be considered. Any questions regarding this notice should be directed to SFC Christopher Parker by email at Christopher.parker.40@us.af.mil. The alternate contact is Mr. Keisuke Kiyotaka at keisuke.kiyotaka.jp@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is 042-530-3119.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-18-CP103/listing.html)
 
Place of Performance
Address: DEFENSE LOGISTICS AGENCY, DEFENSE DISTRIBUTION DEPOT SAN JOAQUIN, TRACY DEPOT, BLDG 30, CCP, 25600 CHRISMAN ROAD, Tracy, California, 95376, United States
Zip Code: 95376
 
Record
SN05086961-W 20180915/180913230929-91bf4b9ff235ad064176a0e89939b8cc (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.