SOLICITATION NOTICE
16 -- VIP Kits and Carpet - Patch and Threshold plate examples
- Notice Date
- 8/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- 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
- FA5209-13-Q-BJ03
- Archive Date
- 9/24/2013
- Point of Contact
- Brittany Johnson, Phone: 81-42-551-6120, Masaki Sato, Phone: 81-42-551-6120
- E-Mail Address
-
brittany.johnson@us.af.mil, masaki.sato.jp@us.af.mil
(brittany.johnson@us.af.mil, masaki.sato.jp@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Threshold Plate example VIP Patches 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. 2. NOTE TO OFFEROR: THIS REQUEST FOR QUOTATION IS TO OBTAIN PRICING FOR ITEMS WHICH ARE NOT FUNDED AT THIS TIME, BUT HAVE REQUESTED TO RECEIVE FUNDING THIS FISCAL YEAR THROUGH FALL OUT FUNDS, PRIOR TO 30 SEPTEMBER 2013. YOUR QUOTE MUST REMAIN IN EFFECT UNTIL THIS DATE. THEREFORE, NO AWARD WILL BE MADE UNDER THIS QUOTE UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS QUOTE BEFORE 30 SEPTEMBER 2013. 3. This request does not commit the government to pay any costs incurred in preparation of your submission or to issue an order for supplies and services. 4. The solicitation number FA5209-13-Q-BJ03 issued as RFQ and incorporated provisions and clauses are those in effect through FAC 2005-69, DPN 20130808 and AFAC 2013-0327. 5. The standard industrial classification code is 3728 Aircraft Parts and Equipment NEC, NAICS 336413. 6. Set-aside: None 7. List of Contract Line Item Numbers (CLINs): 0001- 1 lot VIP Kit and Carpet include the following: -1 Ea VIP seat cushions with Logo (attached pictures) -VIP coin tread floor mat -VIP Carpet with logo inlay -Threshold plate with engraved logo -11 Ea Deluxe leather VIP Troop seat covers A/A dark grey -2 Ea Deluxe leather VIP gunner seat covers A/L dark grey -2 Ea Carpet with insignia inlaid- cut to size with buttered inside holes and binding on outside edge of carpet 8. The following provisions applies to this acquisition: a) FAR 52-212-1 Instructions to offerors-Commercial items (Feb 2012). b) FAR 52.212-2 Evaluation-Commercial items (Jan 1999) c) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) 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 provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (or Equal to) (i.e., products brochures and/or products data shall be attached to the price proposal). All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (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's technical information as referenced in paragraph (a) 2 above. Technical Acceptability for all offerors will be rated as "met" or "failed" by personnel designated in Production Control. Technical acceptability is met when the offeror submits proof of technical descriptions/information as stated above and compliance with the delivery requirement. (iii) If the lowest offeror meets the Government technical capability as defined in above paragraph (a) 2, this Purchase Order will be awarded to the lowest offeror with technically acceptable capability. If the lowest offeror fails to meet the Government technical acceptable 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 Government technical acceptable capability in ascending order of the low price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Offeror shall include a completed copy of the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial items 9. The following clauses applies to this acquisition: a) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2013). b) FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders - Commercial Items (Jan 2013). c) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontractor Awards,FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.223-18 Contractor Policy to ban Text Messaging While Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration. d) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.223-7008 Prohibition of Hexavalent Chromium, 252.244-7001 Subcontracts for Commercial Items, 252.247-7023 Transportation of Supplies by Sea, Alt III. 10. The Defense Priorities and Allocation System (DPAS) assigned rating is: None 11. Delivery shall be F.O.B. Destination to: W3ND USA AVN DET JAPAN UNIT 45004 APO AP 96343-5004 Delivery Period: 30 Days ARO 12. Response Date and time (Japan local time): 09 Sep 13, 1100 Local Japan Time. Quotes must be signed and dated before submission. All submissions can be electronically submitted to the following point(s) of contact. SSgt Brittany Johnson brittany.johnson@us.af.mil Comm: 011-81-31175-57588 Mr. Masaki Sato masaki.sato.jp@us.af.mil Comm: 011-81-31175-57544
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-13-Q-BJ03/listing.html)
- Place of Performance
- Address: W3ND USA AVN DET JAPAN, UNIT 45004, APO AP 96343-5004, United States
- Zip Code: 96343-5004
- Zip Code: 96343-5004
- Record
- SN03161678-W 20130828/130826234710-11f51b2171d9424346d4c2bbf0e4f9f4 (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 |