Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

Z -- Upgrade for Dance Studio at Bldg 1591, Yokota Air Base, Japan - Solicitation

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
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
FA5209-12-Q-1016
 
Archive Date
9/29/2012
 
Point of Contact
Takashi Uechi, Phone: 81-42-552-3014, Keisuke Kiyotaka, Phone: 81-42-552-3014
 
E-Mail Address
takashi.uechi.1.jp@us.af.mil, keisuke.kiyotaka.jp@us.af.mil
(takashi.uechi.1.jp@us.af.mil, keisuke.kiyotaka.jp@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Atch 2 - Rep and Certs Atch 1 - PWS RFQ No. FA5209-12-Q-1016 - Upgrade for Dance Studio at Bldg 1591, Yokota Youth Center, Yokota Air Base, Japan Requesting Agency: 374th Force Support Squadron/FSFY, Yokota Youth Center Bldg 1591, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan Purchasing Agency: 374th Contracting Squadron/LGCB Bldg 620, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan (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) Submit written quotes in reference to Request for Quotation (RFQ) reference number FA5209-12-Q-1016. All the prospective offerors must submit their written quotes the Required Information and required submittals described in the later part of this solicitation. Due to the overseas location of this solicitation, no set-aside will be used. (iii) CCR/SAM registration. Failure to register in the CCR/SAM database prior to award of the order may cause rejection of the order. The offeror must complete their registrations with the Central Contractor Registration (CCR) and/or System for Award Management (SAM) and must be approved under the system by the below local offer due date. To register yourself with SAM, visit https://www.sam.gov/portal/public/SAM/ (iv) The Government contemplates award of a Firm-Fixed Contract (Purchase Order) resulting from this solicitation. North American Industrial Classification Standard (NAICS) code is 561210. Federal Supply Classes (FSC) is Z2FB. (v) Delivery: ADC 60 days (v) FOB: Destination. (vi) Inspection and Acceptance will be made by the Government at the following location: 374th Force Support Squadron/FSFY, Yokota Youth Center Bldg 1591, Yokota Air Base, Fussa-shi, Tokyo 197-0001 Japan (vii) Notice of Site Orientation: (1) A Site Orientation will be conducted at Yokota Youth Center, Bldg 1591, Yokota Air Base, Fussa-shi, Tokyo, Japan at 1500 hours on Monday, 10 September 2012, Japanese Standard Time (JST) for the purpose of reviewing the requirement under this solicitation. Submit the names of all attendees to Mr. Takashi Uechi, Contract Specialist, at 042-552-3014 or takashi.uechi.1.jp@us.af.mil prior to 10 September 2012. This information must be provided in advance in order to ensure access to the conference site and adequate spaces for the conference attendees. For those who don't have gate passes for entry to Yokota AB must be examined for an entry access IAW related regulations and escorted by the Government Officials at the Gate #5 (Supply Gate). Instructions regarding valid IDs to bring, etc will be forwarded upon the receipt of the information. (2) Offerors are requested to submit questions to the point of contract noted above not later than 10 September 2012. Information provided at this conference shall not qualify the terms and conditions of the solicitation, they will remain unchanged unless the acknowledgment and receipt of solicitation amendments apply. A record of the conference shall be made and furnished to all prospective offerors. (viii) Applicable Provisions and Clauses to this commercial item acquisition are as follows: (1) FAR 52.212-1 Instructions to Offerors Commercial Items. Addendum to FAR 52.212-1 Instruction to Offerors Commercial Items Quote shall include technical descriptions as follows: (a) The offeror's or subcontractor's Valid Certificate of "General Construction Business License (Ippan kensetsu gyo kyokashou) " in the category of "Interior Finish Construction Work (Naiso shiage koji gyo)" issued by the Government of Japan (GOJ) (b) Technical description of the proposed flooring materials conforming to the requirements stated in paragraphs 1.1.b. (i) thru (iv) of the Performance-based Work Statement (PWS). (2) FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (JAN 1999) ADDENDUM TO FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (JAN 1999) This provision is incorporated by reference and paragraph (a) is modified to read as indicated below: (a) BASIS FOR CONTRACT AWARD: This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1. Price 2. Technical Capability Technical Acceptability is achieved when the offeror submittes - a. Valid Certificate of "General Construction Business License" (一般建設業許可証) in the category of "Interior Finish Construction Work" (内装仕上げ工事業) issued by the Government of Japan (GOJ). b. Technical description of the proposed flooring materials conforming to the requirements stated in paragraphs 1.1.b. (i) thru (iv) of the PWS (Performance-based Work Statement). (i) Initially, offers shall be ranked according to evaluated prices. The price evaluation will document for the offers evaluated the completeness, and reasonableness of the proposed price. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. A single award will result from this evaluation. (ii) Next, the Government shall evaluate the offerors' technical information as referenced in paragraph (a)2 above. Technical Acceptability for all offerors will be rated as "acceptable" or "unacceptable" by personnel designated in 374 FSS/FSFY. Technical acceptability is met when the offeror submits valid certificates specified in para (a).2.a and the proposed products for the new dance floor meet the Government's requirements stated in paragraph 1.1.b. of the Performance-based Work Statement. (iii) If the lowest offeror meets the Government technical capability, his/her offer is determined technically acceptable and this Purchase Order will be awarded to the lowest offeror. If the lowest offeror fails to meet the technical capability, the Government will then go to the next low offeror in the same manner if they meet the technical capability. This process will continue until an offeror is found to meet the technical acceptability in ascending order of the low price. (End of provision) (3) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (APR 2012) (Required to fill-in and submit - Attachment 2). (4) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items. (5) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item. Under para (b) the following provisions and clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (May 1999) Prior to the submission of the first invoice, by using the form from DFAS. (6) 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 (APR 2012). Under para (b) the following provisions and clauses apply: DFAR 252.247-7023, Transportation of Supplies by Sea, Alternate III. Quote Specifics: Quotes are due to this office no later than 10:00 a.m. Japan Standard Time (JST), Friday, 14 of September 2012. Quotes may be faxed to 042-530-3319 or if dialing from outside Japan 011-81-42-530-3319, or sent via e-mail to takashi.uechi.1.jp@us.af.mil or 374cons.lgcbb@gmail.com When sending e-mail with an attachment to the e-mail; takashi.uechi.1.jp@us.af.mil, your e-mail may be rejected by the security setting of the domain; @us.af.mil. Recommend to send your e-mail to both accounts. Primary point of contact: Takashi Uechi, Contract Specialist, TEL: 042-552-3014 or email: takashi.uechi.1.jp@us.af.mil Alternate point of contact: Keisuke Kiyotaka, Contracting Officer, TEL: 042-552-3014 or email: keisuke.kiyotaka.jp@us.af.mil LIST OF DOCUMENTS, EXHIBITS, OR ATTACHMENTS: Attachment 1: Performance-based Work Statement - 6 pages Attachment 2: Offeror Representations and Certifications - 6 page Required Information and Submittals SPECIAL NOTES TO OFFERORS: All quotes must include the following information: 1. Request for Quotation (RFQ) reference number: FA5209-12-Q-1016 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 Number (CLIN) 0001: 5. Quote must be valid for a period of no less than 30 days. 6. Documents for evaluation of the offeror's Technical Capability. o Prospecitve Offerors are to provide a quote for the requirements outlined in the Performance-based Work Statement (PWS - Attachment 1) and their Quote shall include prices for the following bid schedule: Non personal services: Contractor shall provide all necessary personnel, supervision, management, tools, equipment, transportation, materials, and any other items or services necessary to upgrade Dance Studio in accordance with the PWS (Attachment 1). Contract Line Item Number (CLIN) 0001: Quantity: (1) Unit: (LUMP SUM) - ¥_______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-12-Q-1016/listing.html)
 
Place of Performance
Address: Bldg 1591, Yokota Air Base, Fussa-shi, Non-U.S., 197-0001, Japan
 
Record
SN02872054-W 20120908/120907002133-864fe786bc8a35956676d6324243f500 (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.