SOLICITATION NOTICE
78 -- CDC Toys and Materials - Package #1
- Notice Date
- 5/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339932
— Game, Toy, and Children's Vehicle Manufacturing
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
- ZIP Code
- 09461-0270
- Solicitation Number
- F2P3V32137A002
- Archive Date
- 7/17/2012
- Point of Contact
- Claire Hammond, Phone: 011441638522407
- E-Mail Address
-
claire.hammond@lakenheath.af.mil
(claire.hammond@lakenheath.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Spreadsheet of items Combined Synopsis/Solicitation Combined Synopsis/Solicitation RFQ - CDC Toys and Materials - Reference (F2P3V32137A002) Requesting Agency: 48th Force Support Squadron 48 FSS/FSR RAF Lakenheath, Brandon, Suffolk, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3V32137A002 Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 339932, Game, Toy, and Children's Vehicle Manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 dated 18 April 2012 and Defense Federal Acquisition Regulation DPN 20120420 effective 20 April 2012. Potential bidders are to quote for the items that are outlined in the Specifications, which is included as an attachment to this solicitation. The following clauses and provisions apply to this solicitation and are included either by reference or full text: Federal Acquisition Regulations (FAR) Provisions: 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52.212-3 Offeror Representations and Certifications - Commercial Items Alt 1 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Defense Federal Acquisition Regulations (DFAR) Provisions: 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.233-7001 Choice of Law (Overseas) Federal Acquisitions Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.223-10 Waste Reduction Program 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252.2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Defense Federal Acquisition Regulations (DFAR) Clauses: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A (Required Central Contractor Registration) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws 252.255-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsman The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.301 the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions A. To be considered for award, not that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C- Quote Specifics. C. Quote Specifics: All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Discounts for prompt payment- if any 3. CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (visit http://www.ccr.gov) 4. Quotes must be valid for a period of no less than 30 days. 5. Quotes shall be quoted in US Dollars ($) 6. Prices shall be all inclusive (i.e., all materials, transportation, labor, shipping, etc.) 7. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 and its Alt 1, for additional directions. 8. If awarded the contract you must be enrolled in Wide Area Work Flow (WAWF) for purpose of invoicing/payment https://wawf.eb.mil/ 9. Please include delivery in the unit pricing to: New Cumberland, PA XU CONSOL AND CONTAINERIZATION PT DDSP NEW CUMBERLAND FACILITY BLDG 2001 CCP DOOR 135-168 NEW CUMBERLAND, PA 17070-5001 CLIN 0001 - Environments Inc (www.eichild.com) items, Brand Name or Equal, Attached spreadsheet of 279 Line Items with Total Quantity of 1407 items. Warranty information must be provided Total Price tiny_mce_marker_________________ D. Quotes are due to this office no later than 03.00PM Greenwich Mean Time, 02 July 2012. Quotes may be faxed to 011-44-(0)1638-52-2189, of if dialing from outside United Kingdom 011-44-1638-52-2189 or sent via e-mail to claire.hammond@lakenheath.af.mil and SSgt Christopher Davalos, christopher.davalos@lakenheath.af.mil. E. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale (End of Addendum) Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical Capability and/or qualification(s) in meeting the Government's requirement. (Pictures and specifications of "OR EQUAL" items must be submitted for each item if quoting on items other than brand name a. Warranty Provisions 2. Price (b) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13. The Government will award a contract to the responsible vendor whose quotation (conforming to the solicitation) will be most advantageous (e.g. Best Value) to the Government. Therefore, quotations should contain the vendor's best terms from a price and technical qualification standpoint. The Government reserves the right to conduct trade-offs between technical capability and price to determine the quotation that represents overall best value, and is most advantageous to the Government. This best value approach may allow contract award to a higher priced vendor, if a higher level of technical capability is determined to merit additional price. (c) As outlined in Para (a) above, the evaluation factors of Price and Technical Acceptability will be utilized by the Government in making an award determination. Therefore, quotations should contain the vendor's best terms, from a price and technical-specification standpoint (as indicated in FAR provision 52.212-1, Instructions to Offerors-Commercial Items, Addenda). (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (End of Provision) If you have any questions or concerns, please contact one of the following: Primary point of contact: Ms. Claire Hammond, Contract Specialist, TEL:01638-522407 or email: claire.hammond@lakenheath.af.mil Alternate point of contact: SSgt Christopher Davalos, Contract Specialist, TEL:01638-522252 or email: christopher.davalos@lakenheath.af.mil Attachments(s): Spreadsheet 9 pages, 279 Line Items, Total Quantity of items 1407
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3V32137A002/listing.html)
- Place of Performance
- Address: RAF Lakenheath, Brandon, Suffolk, Non-U.S., United Kingdom
- Record
- SN02763280-W 20120602/120601000555-0faa73f485ecc085b56c47e8bf80da51 (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 |