DEPARTMENT OF THE AIR FORCE
31ST FIGHTER WING (USAFE)
21 Aug 2014
FROM: 31st Contracting Squadron /LGCB
Via Pordenone 89/b, Bldg 600, Area "E"
Aviano Air Base
33081 Aviano (PN) Italy
SUBJECT: Request for Quotes (RFQ) FA5682-14-Q-0530 ABU Rainsuits, Aviano AB
•1. You are invited to submit your best quotation for ABU Rainsuits at Aviano AB, Italy.
•2. Quotations are due in this office by 17:00 hrs Cental European Time on 03 Sep 2014. Quotations may be hand delivered (no receipt released), e-mailed or faxed. It is important that you cite the RFQ number in your correspondence. Any offer must be exclusive of taxes. Our payment term is net 30 days from the acceptance of the service rendered and or submission of related invoice.
Submit offers and any questions to: [email protected]
Fax: 0430-308557
Telephone number: 0434-307176
•3. Even if you have submitted an offer, please fill out the chart below and reply via email.
Line Item # |
Item Description |
Quantity |
Total Price |
0001 |
ABU Rainsuit Size: Medium MNF: Dakota Outerwear PN: ABU RS OR EQUAL |
125 Each |
|
0002 |
ABU Rainsuit Size: Large MNF: Dakota Outerwear PN: ABU RS OR EQUAL |
130 Each |
|
0003 |
ABU Rainsuit Size: XL MNF: Dakota Outerwear PN: ABU RS OR EQUAL |
55 Each |
|
0004 |
ABU Rainsuit Size: XXL MNF: Dakota Outerwear PN: ABU RS OR EQUAL |
55 Each |
|
|
|
|
|
•4. Please include shipping cost to FOB Destination in the total price column.
Shipping address
ATTN: TSgt Jonathan Jones
31 MXGM
Unit 6100 Box 225
APO AE 09604
•5. If providing "OR EQUAL" items, please provide pictures/ technical specifications for review.
•6. Please make offers valid until 30 September 2014.
Federal Acquisition Regulation Provision:
(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, POC name, phone, and e-mail, product part number, product description, quantity, unit of measure, unit price, shipping costs (if applicable), total price, discount terms, delivery terms.
(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The last one is (ii) price. The Lowest Price Technically Acceptable Source Selection Process will be used in this acquisition.
(x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See https://www.acquisition.gov.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. The Government reserves the right to award on a CLIN by CLIN basis. All, some, or none of the CLINs may be awarded depending on AVAILABLITY OF FUNDS.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition
(xiii) The clause at FAR 52.232-18, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
The following clauses/provisions also apply to this acquisition:
FAR 52.252-2, Clauses Incorporated by Reference/52.252-1 Solicitation Provisions Incorporated by Reference
This solicitation and resultant contract contains provisions and clauses that may be included by reference. You may view provisions or clauses incorporated by reference at this website: http://farsite.Hill.af.mil
FAR 52.204-7 System for Award Management (Jul 13)
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13, System for Award Management Maintenance (Jul 13)
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. >$30K
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
FAR 52.211-6 Brand Name or Equal
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126).
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification
FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 13)
FAR 52.233-3 Protest After Award (31 U.S.C. 3553).
FAR 52.233-4 Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78).
FAR 52.247-34 F.O.B Destination;
FAR 52.252-4 Alterations in Contract
FAR 52.252-6 Authorized Deviation in Clauses;
FAR 52.253-1 Computer Generated Forms;
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS252.204-7004 Alternate A, System for Award Management
DFARS 252.225-7041 Correspondence in English
DFARS 252.225-7042 Authorization to Perform
DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties.
DFARS 252.229-7001 Tax Relief.
DFARS 252.229-7003 Tax Exemptions (Italy).
DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
DFARS 52.232-7008 Assignment of Claims (Overseas)
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.233-7001 Choice of Law (Overseas).
DFARS 252.243-7001 Pricing of Contract Modifications;
DFARS 252.247-7023 Transportation of Supplies by Sea [Alt III included];
DFARS 252.247-7024 Notification of Transportation of Supplies by Sea;
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Ods)
AFFARS 5352.201-9101 OMBUDSMAN is filled in as follows:
Primary Command Ombudsman:
Ms. Tara Petersen
HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110
HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany
E-mail: [email protected]
Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025
Alternate Command Ombudsman:
Ms. Heidi Hoehn
HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110
HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany
E-mail: [email protected]
Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.
* The full text of the FAR, DFARS and AFFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM