SOLICITATION NOTICE
51 -- Handheld Tools/ Tool Kits - Hand Tool RFQ
- Notice Date
- 8/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332212
— Hand and Edge Tool Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
- ZIP Code
- 96368-5199
- Solicitation Number
- FA5270-12-Q-0149_Tools
- Archive Date
- 9/15/2012
- Point of Contact
- Sarah E. Brown, Phone: 3156344786, ekaras c. jackson, Phone: 011816117344679
- E-Mail Address
-
sarah.brown.1@kadena.af.mil, ekaras.jackson@kadena.af.mil
(sarah.brown.1@kadena.af.mil, ekaras.jackson@kadena.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Listing of tools that are provided in the General Tool Kits. Hand Tool RFQ ****SPREADSHEET OF REQUIRED TOOLS WILL BE ATTACHED ALONG WITH THE RFQ**** (i) 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. (ii) The solicitation, FA5270-12-Q-0149 is being issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. (iv) This procurement is being issued as FIRM FIXED PRICE, and NOT set-aside. North American Industrial Classification Standard (NAICS)code is 332216. (v) See attachment for a list of contract line item number and items, quantities and units of measure. (vi) See attachment for description of requirements for the items to be acquired. (vii) See attachment for date and place of delivery and acceptance and FOB point. (viii) The provision at FAR 52.212-1 Instructions to Offerors Commercial Items, applies to this acquisition, applies to this acquisition. There are no addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: Price-Technical Acceptability-Delivery (x) The clause at 52.212-3, Offeror Representations and Certifications -- Commercial Items, along with Alternate I. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to the clause. ((xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item applies to this acquisition. In addition, the following provisions and clauses apply under FAR 52.212-5: FAR52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-26; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; (xiii) The clause at FAR 52.215-3 Request for Information or Solication for Planning Purposes applies to this acquistion. 52.211-6 Brand Name or Equal (xiv) The provision at DFAR 252.212-7000, Offeror Representations & Certifications-Commercial Items applies to this acquisition. The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items applies to this acquisition. In addition the following clauses apply under 252.212-7001: DFAR 252.232-7003 Electronic Submission of Payment Requests; DFAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact MAJCOM ombudsman, CMSgt Tommie Rogers, HQ PACAF/A7KP, Hickam AFB, HI 96853-5427, phone number (315)449-8569, e-mail address tommie.rogers@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM Ombudsman level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Also, see attachment for additional contract requirement or terms and conditions (xv) There is no assigned DPAS rating. (xvi) See attachment for the date, time and place offers are due. (xvii) See attachment for the name and telephone number of the individual to contact for information regarding the solicitation. -------------------------------------------------------------------------------------------------------- NOTICE TO OFFERORS: The Government is required to make a determination of contractor responsibility for the apparent awardee. All vendors are required to complete the following questions to help us complete this evaluation: (i) The Offeror has [_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (ii) Have [_] have not [_], adequate financial resources to perform the contract, or the ability to obtain them. (iii) Can [_] can not [_], to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (iv) Have [_] have not [_], the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (v) Have [_] have not [_], the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-12-Q-0149_Tools/listing.html)
- Place of Performance
- Address: Bldg 3490 Schreiber Ave, Kadena Air Base, Okinawa Japan, 9040000, APO, Non-U.S., 96368, United States
- Zip Code: 96368
- Zip Code: 96368
- Record
- SN02842063-W 20120818/120816235357-e8cfeb33606f45b9369522e048701d0e (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 |