SOLICITATION NOTICE
35 -- Wrapping Film and Industrial Strut Hanger - Combines Synopsis Solicitation
- Notice Date
- 6/28/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- 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
- FA5270-17-Q-A059
- Archive Date
- 7/27/2017
- Point of Contact
- Matthew S. Tsueda, Phone: 08064969204
- E-Mail Address
-
Matthew.Tsueda@us.af.mil
(Matthew.Tsueda@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This document is a combined synopsis solicitation. Please read the full document and email me if you are interested in this solicitation. Combined Synopsis/Solicitation For Plastic Wrapping Film and Industrial Strut Hangers FA5270-17-Q-A059 Combined Synopsis/Solicitation for Plastic Wrapping Film and Industrial Strut Hangers for Kadena AB, Okinawa Japan •1. 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. •2. The solicitation number is FA5270-17-Q-A059, and the solicitation is issued as a request for quote (RFQ). •3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94 - 19 Jan 2017; DPN 20161222 - 22 Dec 2016; and AFAC 2017-0127 - 27 Jan 2017. •4. The North American Industry Classification System (NAICS) code for this solicitation is 423850 (Laundry machinery, equipment, and supplies, commercial, merchant wholesalers). Small business size standards are not applicable to this acquisition. •5. The 18th Contracting Squadron has a requirement to purchase plastic wrap film and industrial strut hangers for Kadena AB. Offerors shall use the Attachment 1, Pricing Schedule that includes all contract line item numbers, desciptions, quantities, units of issue, unit prices, and extended prices. The contractor shall also submit the specifications for items submitted that are sufficient for evaluation. All responsible sources may submit a quote. The Government contemplates a single Firm Fixed Price contract resulting from this solicitation. •6. Delivery and acceptance will be FOB (free on board) Destination to the following address: Defense Logistics Agency Tracy Depot, Bldg 30, CCP 25600 Chrisman Rd Tracy, CA 95376 •7. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, as well as its addenda, apply to this acquisition. This is included in Attachment #2, Provisions, Clauses, and Other Contractual Considerations. •8. Brand Name or Equal. When using an "Equal product" to substitute the requested brand name product, the contractor must include the following: (1) MFG name, (2) Part Number, (3) illustrations, (4) literature or description to support equal product substitution in your RFQ submission, and (5) "Or Equal" quotes will not be considered without the manufacturer's part number, samples, and specifications or detailed catalog excerpt. If you do not provide any comment, the Government assume you are quoting on the manufacturer and part number as stated in the item description. Supplies are of domestic origin unless indicated otherwise. Details of the requesting product to fulfill requirement must be met. See Salient characteristics below •9. Salient characteristics : Equivalent offers must meet these salient characteristics for CLIN 0001; 38 inch wide x 5,000 feet length standard 40 gauge laundry wrapping film w/39 inch wide flush cores for Wrapping Machine Model F240, Mfr by Felrap World Inc. Equivalent offers must meet these salient characteristics for CLIN 0002; industrial strut hanger with bottom non-slip 16 inch tube, and 14.5 gauge Wire. These Salient Characteristics can also be found in the pricing schedule under each CLIN. •10. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. This is included in Attachment #2, Provisions, Clauses, and Other Contractual Considerations. •11. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition; This is included in Attachment #2, Provisions, Clauses, and Other Contractual Considerations. •12. Additional FAR (Federal Acquisition Regulation), DFARS (Defense FAR Supplement) and AFFARS (Air Force FAR Supplement) clauses and provisions are included in Attachment #2, Provisions, Clauses, and Other Contractual Considerations. •13. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. •14. Offers are due 07 July 2017 not later than 1400 hrs Japanese Standard Time (JST). In order to be eligible for award the contractor is required to be registered in the System for Award Management (SAM), http://www.sam.gov. A current copy of the prospective awardee's Reps and Certs will be validated using the SAM website prior to award. The Contractor must also get registered in Wide Area Workflow (WAWF) after award, https://wawf.eb.mil, if not already registered. •15. It is the vendor's responsibility to monitor the FBO system for amendments issued in reference to this requirement. Any potential amendments will be publicized in the same manner as the solicitation. •16. All offers must remain valid until 1 October 2017. •17. The Point of Contact for this requirement is A1C Matthew Tsueda, email Matthew.Tsueda@us.af.mil. List of Attachments: Attachment 1, Pricing Schedule Attachment 2, Provisions & Clauses
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-17-Q-A059/listing.html)
- Place of Performance
- Address: 18FSS/FSVA, UNIT 5134 BOX 20 APO, AP 96368-5134, OR CAMP KINSER BLDG., 706., Okinawa, Non-U.S., 96367, Japan
- Record
- SN04561985-W 20170630/170628235647-825eb82bd4a45ea566280efbf125f436 (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 |