SOLICITATION NOTICE
23 -- Procurement of Nine (9) Vehicles for U.S. Army Corps of Engineers (USACE) Japan
- Notice Date
- 6/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423110
— Automobile and Other Motor Vehicle Merchant Wholesalers
- Contracting Office
- N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
- ZIP Code
- 00000
- Solicitation Number
- N4008412R0050
- Response Due
- 8/6/2012
- Archive Date
- 8/21/2012
- Point of Contact
- Janeen Bais 046-816-2876 Alternate:
- E-Mail Address
-
Echols<br
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. The NAICS code is 423110. The following commercial items are requested: CLIN 0001:Right-hand drive compact sedans for U.S. Army Corps of Engineers, Japan, in accordance with attached specifications and delivery to five (5) different locations. Quantity:9 Delivery to:Kanagawa/Camp Zama (3ea), Yokosuka (2ea), Yokota (1ea), Misawa (1ea) and Okinawa (2ea), Japan The contract requirements for the requested items are outlined in Attachment 1 “ Vehicle Specifications. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award a contract resulting from this solicitation to the responsible offeror with the lowest price technically acceptable proposal based on the evaluation factors in this solicitation. EVALUATION FACTORS FOR AWARD 1. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 “ Technical Acceptability Factor 2 “ Past Performance 2. Basis of Evaluation and Submittal Requirements for Each Factor. (a) Price: (1) Solicitation Submittal Requirements: Price proposal shall be submitted separate from technical proposal and priced in Japanese Yen ONLY (use exchange rate of Ą75/$1). Price proposal shall be submitted in hard copy “ one (1) original and one (1) copy “ and include: (i) Price Proposal form (Attachment 2, Tab 1) with all highlighted blocks completed. Offered manufacturer ™s name/model number and proposed delivery date shall be stated; (ii) Period for Acceptance: Proposals shall indicate that prices are valid for a minimum period of ninety (90) days; (iii) Representations and Certifications, and Other Statements of Offerors (Attachment 3) with all representations and certifications executed; (iv) Latest Financial Report; (v) One (1) electronic copy of Price Proposal, Technical Proposal and Catalogue(s), submitted as one document on CD in Adobe Portable Document Format (PDF). (2) Basis of Evaluation: The Government will evaluate price based on the total price. Total price consists of the basic requirements and all option items. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: (i) Comparison of proposed prices received in response to the RFP. (ii) Comparison of proposed prices with the IGCE. (iii) Comparison of proposed prices with available historical information. (iv) Comparison of market survey results. A price that is found to be either unreasonably high or unrealistically low in relation to the proposed work may be indicative of an inherent lack of understanding of the solicitation requirements and may result in the overall proposal being considered unacceptable. (b) Technical Factors: (1) Factor 1, Technical Acceptability: (i) Solicitation Submittal Requirements: Technical proposal shall be submitted separate from price proposal. Technical proposal shall be submitted in hard copy “ one (1) original and one (1) copy “ and include: (A) A list of deviations from specifications, if any, submitted on Deviation form (Attachment 2, Tab 2); (B) Two (2) sets of catalogue(s) or other product literature identifying the features and specifications of each vehicle offered. (ii) Basis of Evaluation: Overall compliance of the items offered with the stated specifications, including terms and conditions of warranty offered and the offeror ™s ability to meet the required delivery date as stated in the solicitation. (c) Past Performance (1) Factor 2, Past Performance: (i) Solicitation Submittal Requirements: Provide a list of up to three (3) contracts similar in size and complexity of this solicitation completed during the past 3 years from date of this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial customers. Provide the information on Exhibit A for each contract. IF A COMPLETED CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM(CPARS) EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE PROPOSAL. IF THERE IS NOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire (PPQ), included in the solicitation is provided for the offeror or its team members to submit to the client for each project the offeror includes in its proposal for Factor 2, Past Performance. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your proposal. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ (Exhibit A), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government ™s point of contact, Janeen Bais, Contract Specialist, via email at janeen.bais@fe.navy.mil and Carla Echols, Contract Specialist, via email at carloso.echols@fe.navy.mil prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Also include performance recognition documents received within the last two years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror ™s proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the offeror. (ii) Basis of Evaluation: The degree to which past performance evaluations and all other past performance information reviewed by the Government (e.g., PPIRS, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), performance recognition documents, and information obtained for any other source) reflect a trend of satisfactory performance considering: - A pattern of successful completion of tasks; - A pattern of deliverables that are timely and of good quality; - A pattern of cooperativeness and teamwork with the Government at all levels (task managers, contracting officers, auditors, etc.); - Tasks that are identical to, similar to, or related to the task at hand; and - A respect for stewardship of Government funds. Ratings obtained from PPQs submitted shall be evaluated as follows: - Exceptional (E), Very Good (VG), Satisfactory (S) and Not Applicable (N) shall be rated śAcceptable ť; - Marginal (M) and Unsatisfactory (U) shall be rated śUnacceptable ť. 3. Relative Importance of the Evaluation Factors: Technical acceptability and past performance, when combined, are approximately equal to cost or price. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation; FAR 52.209-5 Certification Regarding Responsibility Matters; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Attachment 4); FAR 52.212-3 Alternate I Offeror Representations and Certifications -- Commercial Items (Attachment 3); 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 (Mar 2012) (DEVIATION); FAR 52.214-34 Submission of Offers in the English Language; FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-14 Inconsistency Between English Version and Translation of Contract; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-5 Trade Agreements; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-17 Evaluation of Foreign Currency Offers; FAR 52.225-18 Place of Manufacture; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran ”Representation and Certification; FAR 52.229-6 Taxes -- Foreign Fixed-Price Contracts FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34 F.O.B. “ Destination (Attachment 4); FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.204-7006 Billing Instructions; DFARS 252.204-7008 Export-Controlled Items; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7041 Correspondence in English; DFARS 252.225-7042 Authorization to Perform; DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties; DFARS 252.229-7001 Tax Relief; DFARS 252.232-7008 Assignment of Claims (Overseas); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.233-7001 Choice of Law (Overseas); DFARS 252.246-7000 Material Inspection and Receiving Report; DFARS 252.246-7005 Notice of Warranty Tracking of Serialized Items; DFARS 252.246-7006 Warranty Tracking of Serialized Items; DFARS 252.247-7022 Representation of Extent of Transportation by Sea; and NFAS 5252.229-9302 Consumption Tax Exemption Procedures on Purchase of Goods and Services By the United States Armed Forces in Japan [Japanese Law No. 108, 1988]. The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7021 Trade Agreements; DFARS 252.227-7015 Technical Data--Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea; and DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. Proposing contractors shall provide completed copies of FAR 52.212-3 (Attachment 3) or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. The full text of the provisions and clauses may be accessed electronically at FAR website (https://www.acquisition.gov/far/) and DFARS website (http://farsite.hill.af.mil/vfdfara.htm). Proposing contractors are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their proposal. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) database. For assistance with CCR registration, visit their website at: http://www.ccr.gov. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil/) and Asia NECO website (https://asia.neco.navy.mil/). Responses to this solicitation must be received by the issuing office, NAVFAC FE, IPT no later than (NLT) 10:30 A.M., Japan time, on 6 August 2012. Offerors should respond to this solicitation either by: Mail/package delivery service (Takuhai-bin) to: U.S. Department of the Navy Naval Facilities Engineering Command Far East (NAVFAC FE) Integrated Product Team (IPT), Code OP3A PSC 473 Box 13, FPO, AP 96349-0013 -- OR -- Hand-carry to: NAVFAC Far East, IPT Attn: Janeen Bais / Carla Echols, IPT, Code OP3A Building 1828, 2F Tomari-cho, Yokosuka, Kanagawa, Japan 238-0001 Electronic submissions (email, facsimile, etc.) are not authorized. Escort and/or proposal pick-up service at the Yokosuka Base Main Gate will NOT be provided. All inquiries concerning this solicitation shall be made using attached Question & Answer form (Attachment 2, Tab 3) and submitted via email to Ms. Janeen Bais at janeen.bais@fe.navy.mil NLT 11 calendar days prior to the proposal closing date (NLT 26 July 2012). The Government does not intend to respond to inquiries submitted after such date. It is the responsibility of interested offerors to check the website daily for any amendments to this solicitation. No hard copies will be provided. Correspondence shall be in English ONLY in accordance with FAR 52.214-34 Submission of Offers in the English Language and DFARS 252.225-7041 Correspondence in English.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008412R0050/listing.html)
- Record
- SN02784654-W 20120626/120624233027-2a9b00db0b6fd6493617488c886ff0ff (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 |