Federal Bid

Last Updated on 22 Jul 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Bauer TCOM Trailer 13H

Solicitation ID FA5205-16-Q-SH01
Posted Date 30 Jun 2016 at 6 AM
Archive Date 22 Jul 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa5205 35 Cons Pk
Agency Department Of Defense
Location Japan

 

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. The solicitation number is FA5205-16-Q-SH01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-87 DPN 20160510 and AFAC 2015-1001. This acquisition will be full and open competition. The North American Industry Classification System (NAICS) code is 333912 and the Federal Supply Code (FSC) is 4310.

 

Please send any response to [email protected] NO LATER THAN 1400 on 15 July 2016 (JST)

 

Please see the table below for the list of line items required under this solicitation.

 

LINE ITEM

DESCRIPTION

QUANITY

UNIT

0001

TCOM TRAILER 13H   Standard Features:

High pressure compressor       

Two prime movers provided with integrated control circuits

Purification system

System control panel

Storage system

Air control panel

Two position SCBA fill station

Highway rated trailer

Price is to include shipping.

1

Each

 

Award shall be made in the aggregate, all or none.

 

This is a Brand Name request. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to and information to address the rationale in the attached Brand Name Justification.

 

Offeror must return with quote, shipping method selection and information as described in the below section entitled "Shipping Method"

 

EVALUATION CRITERIA:  Evaluation of quotations will be completed in accordance with FAR 13.106-2.  The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government. The best value will be determined as the lowest price technically acceptable offer which conforms to the solicitation.

 

All offerors must be registered in System for Award Management (SAM).  Information concerning SAM requirements may be viewed via the internet at www.sam.gov or by calling the SAM Registration Centers at 866-606-8220.

 

The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes.

 

SHIPPING METHOD

•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.  Prior to shipping, consult paragraph b. below, if your shipment falls within that criteria you must contact SDDC for booking and shipping instructions.

         Defense Logistics Agency

 Defense Distribution Depot San Joaquin (DDJC), Tracy Depot

 Address: Bldg. 30, CCP, 25600 Chrisman Road, Tracy, CA 95376

(Delivery Hours 07:00 - 15:30, M-F). ALL DELIVERY APPOINTMENTS WILL BE MADE AT LEAST 24 HOURS IN ADVANCE THROUGH THE CARRIER APPT SYSTEM (CAS). FOR REGISTRATION/SYSTEM INFO, CALL l-800-462-2176, OPTION 3. For questions regarding your appt., call24 hrs advance.

ALL DTCI AND SDCC APPROVED CARRIERS DELIVERY APPOINTMENTS WILL BE MADE AT LEAST 72 HOURS IN ADVANCE ARE REQUIRED THROUGH THE CARRIER APPT SYSTEM (CAS). FOR REGISTRATION/SYSTEM INFO, CALL 1-800-462-2176, OPTION 3. For questions regarding your appt., call 24 hrs advance: Ctrl Receiving hrs 0:700 am to 3:30 pm (209) 839-4307, or CCP (OVERSEAS) - (209) 839-5028 CCP Bulk Receiving whse 29.

 

 Total weight                      lbs. & Total cubic size                       ft.³

 

b. CARGO EXCLUDED FROM DLA CONSOLIDATION AND CONTAINERIZATION ACTIVITIES

The following material and/or shipment types should not be routed to a DLA consolidation and containerization activity.  The vendor must contact the military Surface Deployment and Distribution Command (SDDC) Movement Support Teams to book and document items:

a. Release unit (RU) shipment or combination of LRU's which economically (by cube or weight) fill a seavan for a single consignee or overseas breakbulk activity.

b. Single items oversize to a forty-foot seavan (maximum item dimensions L= 228" x W = 85" x H = 85", or occupying 50 percent or more of the floor space in a 40-foot seavan).

c. Air - eligible item(s) outsized to a single 463L pallet (L = 84" x W = 104" x H = 96"); or over 9645 lbs.; or containing hazardous material (Contact Aerial Port of Embarkation for these shipments).

d. Navy CASREPS and Air Force and Marine Corps high-priority (TP1 or TP2 designated 999, 777, 555, N__, and E__, or RDD under 21 days (60 days USMC) which have not been downgraded to surface.

e. Foreign Military Sales (FMS) shipments (except authorized special projects identified in the MAPAD).

f. Shipments consisting of material categorized as follows (WATER COMMODITY CODE):

1) Aircraft, unboxed, (990)

2) Arms, ammunition, explosives and radioactive waste, (40X-499;680-686)

Exception: (DDJC accepts 1.4 explosives)

3) Baggage/household goods, (360-399)

Exception: (DDJC Accepts HHG/Baggage)

4) Boats, (640-642)

Exception: (DDJC & DDSP can accept boats within the limits of paragraph 1b).

5) Bulk cargo, unpacked, dry or liquid, (200-280)

6) Classified or intelligence material or material requiring Transportation Protective Services, (NA)

7) Controlled substances, (532, 533, 537, 540, 542)

8) Mail, (610-619)

9) Privately Owned Vehicles (POV), (300-359)

10) Radioactive material, (Type Cargo Code A, 4)

11) Radioactive material, (Water Commodity Code 451-496)

12) Refrigerated cargo, (100-189)

13) Special cargo/oversized

a) Antisubmarine equipment, (800-809)

b) Boats and boxed vehicles, (810-829)

c) Lumber and logs, (832-840, 842-843, 845-846, 848-849, 851-859)

d) Special cargo (860-894)

Exception: DDJC & DDSP accept vehicles (except POVs) that can be loaded in a seavan or on a flatrack and meet the dimensional limitations.

14) Subsistence, perishable, (500-529)

15) Water Type Cargo Code A, C, D, I, J, P & S

16) Water Special Handling codes - Single Handling Condition, 2, 3, 4, 5, 6, 7 & 8

 

g. Parcel Post material addressed to an Army Post Office (APO)/Fleet Post Office shall be shipped via parcel post to the customer.

 

SDDC Points of Contact:

SDDC 597th BDE S3 Booking Office:

The 597th Booking Office will assist/advise with the Export Traffic Release Request (ETRR) procedures for the NORTHCOM/SOUTHCOM sustainment shipping community. Review ETRRs submitted in IBS for accuracy, discrepancies, identify missing data, and coordinate with shippers on corrections prior to execution of the Export Traffic Release (ETR) being booked in IBS.

 

POC Email: usarmy.jble.597-trans-bde.mbx.north-south-occa-booking-office@mail.mil 

CML: 1-757-878-7513/8235/7516/8418/8364/0635/8360/0650

DSN: 312-826-XXXX

 

SDDC Documentation Teams Email Address:

SDDC Documentation Team will assist/advise on cargo movement procedures for data input into the automated transportation system, Global Air Transportation Execution System (GATES).

Doc Team 1:  [email protected]

Doc Team 2:  [email protected]

Doc Team 3:  [email protected]

 

                  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. 

 

 

 

 

 

PROVISIONS/CLAUSES:  The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents.

 

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 52.209-10  Prohibition on Contracting With Inverted Domestic Corporations

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 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation)

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  Equal Opportunity For Workers With Disabilities

FAR 52.222-50 Combating Trafficking in Persons

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 - System for Award Management

FAR 52.233-3   Protest After Award

FAR 52.233-4 Applicable Law for Breach of Contract 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

DFARS252.203-7996  Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation

DFARS 252.203-7997  Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements  (Deviation 2016-O0003)

DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors

DFARS 252.211-7003   Item Unique Identification And Valuation

DFARS 252.213-7000  Notice To Prospective Suppliers On Use Of Past Performance Information Retrieval System--Statistical Reporting In Past Performance Evaluations  

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006 Wide Area Workflow Payment Instructions

DFARS 252.232-7010 Levies on Contract Payments

DFARS 252.244-7000 Subcontracts for Commercial Items

AFFARS 5352.201-9101 Ombudsman

 

 

RESPONSE TIME:  Responses will be accepted at the 35th Contracting Squadron.  All information shall be marked with RFQ number and Title. Email quotes are acceptable and preferred.  Quotes will NOT be accepted LATER THAN 1400 on 15 July 2016 (JST).

 

 

Point of contact is Shawn Hires, MSgt, Contracting Officer,

Telephone 011-81-176-77-4895, [email protected].

 

Alternate POC is Nathan Smith, TSgt, Contracting Officer,

Telephone 011-81-176-77-4894, [email protected].

Bid Protests Not Available

Similar Past Bids

Apo Ap 28 May 2021 at 5 PM
Location Unknown 29 Aug 2018 at 5 AM
Apo Ap 23 May 2017 at 4 AM
Location Unknown 18 Aug 2014 at 9 AM
Location Unknown 18 Aug 2014 at 7 AM

Similar Opportunities

Scott air force base Illinois 01 Oct 2025 at 4 AM (estimated)
Scott air force base Illinois 01 Oct 2025 at 4 AM (estimated)
Scott air force base Illinois 01 Oct 2025 at 4 AM (estimated)