Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOLICITATION NOTICE

25 -- Tymco Sweeper Parts - Brand Name J&A - Combo Solicitation/ Synopsis

Notice Date
8/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
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
F2P3E52150A001
 
Point of Contact
Benjamin M Brown, Phone: 3142262363, Keaston D. Simmons, Phone: 01638522235
 
E-Mail Address
benjamin.brown.16@us.af.mil, keaston.simmons@lakenheath.af.mil
(benjamin.brown.16@us.af.mil, keaston.simmons@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Brand Name J&A Combined Synopsis/Solicitation RFQ -BMS Controllers - 48 CES/CEOX - Reference (F2P3E52150A001) Requesting Agency: 48th Civil Engineering Squadron - 48th CES/CEOX RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, 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; proposals 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 F2P3E52150A001. This solicitation is a requirement for brand name items (see additional justification). "Or Equal" items will not be accepted. See posted justification letter. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 423690 - Other Electronic Parts and Equipment Merchant Wholesalers. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18-MAY-2012, & Defense Federal Acquisition Regulation PN 20120522 Effective 22 May 2012 To be considered for award, note that you or your company must be CCR registered and if awarded the contract, must subsequently enroll in Wide Area Workflow (WAWF) for purpose of invoice/payment. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing for payment. Vendors should provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration in WAWF along with their quote. BID SCHEDULE: Potential Offerors are to provide a quote for the supplies listed below. Quote shall include a unit and total price for the following bid schedule: CLIN 0001 -Tymco Standard model 600 Pick Up Head Curtain Set (for pick up head). Tymco PN: 501020 Quantity: (6) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0002 -Tymco Duo Skid Plate 2" (for pick up head). Tymco PN: 502569 Quantity: (4) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0003 -Tymco One Pallet Poly Vertical Digger Segment (for pick up head). Tymco PN: 500393 Quantity: (16) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0004 -Tymco screw #14x1-1/4 self tapping (for pick up head). Tymco PN: 20165 Quantity: (100) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0005 -Tymco Clamp Hose Heavy Duty (for pick up head). Tymco PN: 5011922 Quantity: (4) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0006 -Tymco Pressure Hose (for pick up head). Tymco PN: 5010837 Quantity: (2) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0007 -Tymco Hose clamp (for 8" air field sweeper hand rubber hose). Tymco PN: 11344 Quantity: (6) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0008 -Tymco Hose clamp (for 6" street sweeper hand rubber hose). Tymco PN: 11312 Quantity: (6) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0009 -Tymco Hand Hose (for 6" street sweeper hand rubber hose). Tymco PN: 5012624 Quantity: (2) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0010 -Tymco Tube Assembly (for 6" street sweeper hand metal hose). Tymco PN: 500267 Quantity: (2) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0011 -Tymco Screw 10-32 x 1/2 (for 6" street sweeper hand metal hose). Tymco PN: 20106 Quantity: (16) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0012 -Tymco Nut 10-32 (for 6" street sweeper hand metal hose). Tymco PN: 10241 Quantity: (16) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0013 -Tymco Nut ¼ -20 Hex top lock(for 6" street sweeper hand metal hose). Tymco PN: 10246 Quantity: (4) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0014 -Tymco knob - tube (for 6" street sweeper hand metal hose). Tymco PN: 5019668 Quantity: (2) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0012 -Tymco Bolt ¼-20 x 2- ½ Hex head (for 6" street sweeper hand metal hose). Tymco PN: 10192 Quantity: (4) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ CLIN 0015 -Parts and service manuals from Tymco for the following SN's &VIN number. SN #200304SNP62257 SN #200304SNP62357 SN #9204SNK64360 VIN# 1HTSCAAMX1H357067 Quantity: (2) Unit of Issue: (Each) -Unit Price: $/£________Total Price: $/£________ NOTE: Delivery of all equipment shall be made within 30 days after receipt of order. Associated door to door delivery costs shall be included in the unit pricing of the items accordingly. Quotes are due to this office no later than 4:00p.m. British Time, 10 Sep 2012. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to benjamin.brown@lakenheath.af.mil and keaston.simmons@lakenheath.af.mil Primary point of contact: Benjamin Brown, Contract Administrator, and TEL: 01638-52-2097 or email: benjamin.brown@lakenheath.af.mil Alternate point of contact: Keaston Simmons, Contract Specialist, TEL: 01638-52-2235 or email keaston.simmons@lakenheath.af.mil The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.209-6 Protecting Gov't Interests when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors - Commercial Items (see addendum below) 52.212-2 Evaluation - Commercial Items 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5* Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses *Specifically, the following clauses cited are applicable to this solicitation: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.222-19 Child Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7002 Required to Inform Employees of Whistleblower Rights 252.204-7004 Required Central Contractor Registration, Alt A 252.212-7001* Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief from Import Duty (UK) 252.232-7008 Assignment of Claims 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) * Specifically, the following clauses cited are applicable to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 Transportation of Supplies by Sea. Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9001 Health & Safety on Gov't Installations 5352.225-9004 Submission of Offers in Other than United States Currency 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note 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. Companies or individual's complete mailing and remittance address 2. Discount for prompt payment - if any 3. Companies must provide unit pricing and a total line item price for each line item. 4. Unit pricing shall include delivery costs. A separate line item shall not be added for delivery costs. 5. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.) and be valid for a period of no less than 30 days 6. Quote shall include Delivery schedule which details the number of days after award items will be delivered to RAF Lakenheath (delivery must be completed within 30 days of receiving the order) 7. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 ALT III, for additional direction. D. Quotes are due to this office no later than 4:00p.m. GMT, 10 Sep 2012. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to benjamin.brown@lakenheath.af.mil and keaston.simmons@lakenheath.af.mil E. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Award Basis: The Government's evaluation of quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the lowest price technically acceptable (LPTA) award basis. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award. The Government intends to evaluate quotations and award a contract without exchanges or communications and therefore, quotations should contain the vendor's best terms. (b) Evaluation: For the purposes of evaluation, the government will first evaluate the pricing of all quotes and establish an order based on pricing from lowest to highest. Once the pricing order of all quotes is established the government will commence technical evaluation of quotes in order of lowest to highest priced. Once a quote is determined to be technically acceptable no further technical evaluation of higher priced quotes will be accomplished. Evaluation factors required under 52.212-1 will be evaluated by the Government as follows; i. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. ii. Technical Qualification: A vendor's quotation will be considered technically acceptable if all quoted items meet the requirements and specifications detailed in Attachment 1 and has an acceptable delivery schedule. Quotations that do not meet these requirements will be considered unacceptable and therefore, under the LPTA evaluation process will not be considered for award. (c) AWARD DETERMINATION: As a result of the Government's aforementioned evaluation, only those vendors, whose quotes are determined to be technically qualified, and therefore technically acceptable, will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. Of those vendors found technically acceptable, an award determination will be made to the lowest priced vendor that is determined to be reasonable, realistic, and affordable. (End Provision) 52.212-3 - Offeror Representations and Certifications--Commercial Items (Alt III). As prescribed in 212.301(f)(ii), use the following provision: OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2005) (a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (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. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Benjamin Brown TEL: 01638-52-2097 or EM: benjamin.brown@lakenheath.af.mil Secondary Point of contact: Contract Specialist: Benjamin Brown TEL: 01638-52-2235 or EM: keaston.simmons@lakenheath.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3E52150A001/listing.html)
 
Place of Performance
Address: 48 Contracting Squadron, RAF Lakenheath, Brandon, Suffolk, IP27 9PN, England, United Kingdom
 
Record
SN02835673-W 20120812/120811001011-0b3f2a496ccbdfa1ceb5a30f89169435 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.