35th Contracting Squadron
USAF Misawa Air Base, Japan
Unit 5201, APO AP 96319-5201
Bldg. 656
ATTN:MSgt Tavis Salas
21 August 2015
Request for Quotation/Combined Synopsis Solicitation
1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation documents and incorporates provisions and clauses are those in effect through FAC 2005-83, DPN 20150626 and AFAC 2015-0406 effective 06 Apr 2015. The applicable NAICS for this acquisition is 334310. The Standard Industrial Classification (SIC) is 3651.
2) This is also REQUEST FOR QUOTE (NOT A PURCHASE ORDER). The Government reserves the right to make award to the vendor whose offer conforming to this RFQ represents the lowest price technically acceptable. Please respond to this RFQ by providing your quotation using this form no later than 28 August 2015 1600 (EST) via E-mail: [email protected] or hand delivering to 35 CONS. Offerors may use another format for submission of quotes. However, all quotes must contain the minimum information required.
• Period for acceptance of quotation: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another period is specified in an addendum to the solicitation. Please ensure quotes are marked with an acceptable expiration date.
• Incomplete quotes will be considered nonresponsive.
• Award will be made to single offeror.
• Currency: Offers submitted in response to this solicitation shall be priced either in US Dollars or in Yen, but not in both. Offers received in other than US Dollars or Yen shall be rejected. Evaluation of foreign currency offers will be in accordance with FAR clause 52.225-17. All supporting documentation shall reflect the currency in the price proposal
• Award shall be made in the aggregate, all or none.
• Evaluation Criteria: Quotes will be evaluated in accordance with FAR 13.106-2. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer meets the following evaluation criteria: lowest price technically acceptable.
CLIN # Item Description Quantity/Unit Issue Unit Price Total Price
0001 Audio Booth:
Dimensions
-Control Interior:183 cm W x224 cm L x218 cm H (6'0x7'4"x7'2")
-Exam Interior: 193 cm Wx183 cm Lx198 cm H
Exterior: 447 cm Wx 244 cm Lx269 cm H (14'8"x8'0"x8'10")
-Power: runs on 50/60 Hz
-Installation Required
-Wheelchair access
-4 phone jacks (phone&IT) in the operator room
-3 medical grade outlets need to be on the exam side of booth
-must meet structural seismic zone D (4) requirements
-Voltage requirements (120-240)
-walls must be double insulated
1 EA $ $
3)
a. Shipping Address/Consolidation Point: Check applicable block below. All items shall be packed for export shipment IAW commercial standard practice to avoid damage.
F.O.B Destination to physical address (Misawa Air Base, Japan)
F.O.B Destination to APO Address by parcel post (APO AP 96319-xxxx)
F.O.B Destination to *Point of Embarkation (POE)
F.O.B Origin - Free of expense to the Government delivered to a U.S. Postal Service facility:
Postage fee $
F.O.B Origin Ship to *POE. Shipping Cost $: F.O.B. Origin point:
F.O.B Origin - Government Integrated Booking System (IBS)
*POE: DDJC, Tracy Depot will not accept items exceeding any of the weight of 10,000 lbs, dimensions of 456"L x 89"W x 88"H, or occupancy of 75% and more of a 40-foot-seavan. For oversized shipment, the contractor shall coordinate with SDDC for shipment to Misawa Air Base, Japan.
Defense Logistics Agency
Defense Distribution Depot San Joaquin (DDJC), Tracy Depot
Address: Bldg. 30, CCP, 25600 Chrisman Road, Tracy, CA 95376
Tel: (209)-982-4283
Fax: (209)-982-3790
E-Mail Address: [email protected]
Total weight lbs. & Total cubic size ft.³
Surface Deployment and Distribution Command (SDDC)
Address: 661 Sheppard Place, Fort Eustis, VA 23604-1626
Tel: (757) 878-7415
Fax: (757) 878-1810
E-mail Address: [email protected]
SDDC will designate a POE for oversized shipments. The contractor will be required to notify 35 CONS of the POE, Transportation Control Number (TCN), and shipping date from the POE, which will be identified by the SDDC upon completion of contractor's coordination with SDDC.
Total weight lbs. & Total cubic size ft.³
The weight and cubic information is used to obtain the internal government shipping authorization such as Transportation Control Number (TCN), and Transportation Account Code (TAC) etc, for shipment from POE to Misawa Air Base.
4) Warranty period, if any: . If your warranty is other than a standard commercial warranty, please provide a copy of your warranty information/certification when responding to this RFI.
5) Proposed delivery is days after receipt of order.
6) Prompt payment discount terms: _________________.
7) Expiration date of quote: _____________________________________
8) Quoted by: Name , Title
Quoter's E-mail address:
***Your Ordering Address, Tel No. and Fax No. ***
***Your Remit to Address if Different from Ordering Address***
CAGE Code: DUNS No.: TIN No.:
System for Award Management (SAM) Registered or Updated, whichever is later, on (Date)________ ____
*Lack of registration in the SAM database will make an offeror ineligible for award. And the Contractor is required to confirm on an annual basis that its information in the SAM database is accurate and complete at http://www.sam.gov/.
(IAW FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, Jul 2013)
Signature: ________________________________________________ Date: _____________
Quoted by: Name , Title
Quoter's e-mail address:
APPLICABLE PROVISIONS AND CLAUSES
FAR 52.203-3 Gratuities
FAR 52.204-7 System for Award Management.
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
FAR 52.212-1 Instructions to Offerors -- Commercial Items.
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items.
FAR 52.212-4 Contract Terms and Conditions - Commercial Items.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (Deviation).
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 Affirmation Action for Workers with Disabilities.
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases.
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management.
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Conract Claim
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.247-7028 Applicaation for U.S. Shipping Documentation/Intructions
DFARS 252.225-7036 Alternative IV
DFARS 252.244-7000 Subcontracts for Commercial Items.
AFFARS 5352.201-9101 Ombudsman
Provisions and clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Wide Area Work Flow (WAWF) at http://wawf.eb.mil and the System for Award Management (SAM) at http://www.sam.gov IAW FAR 52.204-7 or submit FAR 52.212-3 with the quotation.