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-SH03; 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 335221 and the Federal Supply Code (FSC) is 7310.
Please see the table below for the list of line items required under this solicitation.
LINE ITEM |
DESCRIPTION |
QUANITY |
UNIT |
0001 |
30" Electric Range, Freestanding (Export Model) Mfg: Whirlpool Model No: 4KWFC120MAW Fuel Type: Electric Color: White Dimensions: Overall Height (in) 46.875 Overall Width (in) 29.875 Overall Depth (in) 27.75 Depth without Handle (in) 25.3125 Electrical Requirements: Voltage: 220-230V (Range: 195 V up to 260 V) Phase: Single - Frequency: 50Hz Cooktop Specs: Cooktop Type: Coil Cooktop Material: Porcelain Cooktop Color: White Lift Top Cooktop: Yes Element Detail: Left Front Type: Coil Left Front Size (in): 8" - 4 turn Left Front Power (watts): 2100 Right Front Type: Coil Right Front Size (in): 6" - 3 turn Right Front Power (watts): 1250 Left Rear Type: Coil Left Rear Size (in): 6" - 3 turn Left Rear Power (watts): 1250 Right Rear Type: Coil Right Rear Size (in): 8" - 4 turn Right Rear Power (watts): 2100 Cooking Surface Controls: Location: Backguard Switch Type: Mechanical Quantity of Knobs: 5 Removable Knobs: Yes Oven Specs: Lower Drawer Type: Storage Drawer Oven Window Size: Standard Door Type: Glass Window Oven Features: Bake and Broil Oven Cavity Material: Porcelain Oven Capacity: 4.8 Cu. Ft. Oven Cavity Color: Gray Temperature Management System: Mechanical Oven Light: Yes Number Oven Racks: 2 Oven Controls: Mechanical Oven Control Location: Backguard Or equal |
40 |
Each |
Award shall be made in the aggregate, all or none.
To be considered for award, offers of "or equal" products of the brand name manufacturer, must-meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by--Brand name, if any; and Make or model number. Include descriptive literature available to the Contracting Officer and clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Unless the offeror clearly indicates in its offer that the product being offered is an "or equal" product, the offeror shall provide the brand name product referenced in the solicitation.
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.
Evaluation Factors: (1) Technical and (2) Price.
Technical Acceptable/Unacceptable Rating Method |
|
Adjectival Rating |
Description |
Acceptable |
Proposal meets the requirements of the solicitation |
Unacceptable |
Proposal does not meet the requirements of the solicitation |
Contractors must be actively registered with the System Award Management (SAM). Lack of registration in the SAM database will make an offeror ineligible for award. The Contractor is required to confirm on an annual basis that its information in the SAM database is accurate and complete at https://www.sam.gov/. (IAW FAR 52.232-33 Payment by Electronic Funds Transfer- System Award Management, Jul 13)
Contractors must be registered in Wide Area Work Flow (WAWF). The WAWF system is the method to electronically process vendor payment requests and receiving reports, at http://wawf.eb.mil/. (Authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports)
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
Clauses incorporated by full text:
As prescribed in 52.107(b), insert the following clause:
Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
(End of Clause)
5352.201-9101 -- OMBUDSMAN (APR 2014)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen:
Air Force Installation Contracting Agency (AFICA)/KP Director
1940 Allbrook Drive, Building 1
Wright-Patterson AFB OH 45433
Phone: (937)257-5529
Fax: (937)656-0919
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
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 2000 on 8 Aug 2016 (EST).
Point of contact is Shawn Hires, MSgt, Contracting Officer,
Telephone 011-81-176-77-4895, [email protected].