Federal Bid

Last Updated on 28 May 2021 at 5 PM
Solicitation
Apo Ap

F-16 Tooling Kit

Solicitation ID FA520521QB027
Posted Date 28 May 2021 at 5 PM
Archive Date 26 Jun 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa5205 35 Cons Pk
Agency Department Of Defense
Location Apo Ap United states 96319

REQUEST FOR QUOTATION:

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 FA520521QB027; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2021-05, DPN 20210520, and AFAC 2019-1001. This acquisition will be full and open competition.

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

SHIPPING ADDRESS/CONSOLIDATION POINT: 

F.O.B. Destination shall be quoted for supplies to be delivered within the United States unless there are valid reasons to the contrary. Shipping cost should be included in the total quoted price. Please include the cost of shipping the items to Defense Distribution Depot San Joaquin (DDJC), Tracy Depot unless an exemption applies. Please see exemptions below; if exemptions apply you must contact SDDC for booking and shipping instructions.   

Primary Shipping Information:

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 appointment system (aka. CAS). For registration/system information, call 1-800-462-2176, option 3. Any question regarding an appointment call 24 hours in advance.]

Exceptions to DDJC shipping:

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

  1. 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.
  2. Single items oversize to a 40-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).
  3. 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).
  4. 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.
  5. Foreign Military Sales (FMS) shipments (except authorized special projects identified in the MAPAD).
  6. 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)

    1. Baggage/household goods, (360-399)

Exception: (DDJC Accepts HHG/Baggage)

    1. Boats, (640-642)

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

    1. Bulk cargo, unpacked, dry or liquid, (200-280)
    2. Classified or intelligence material or material requiring Transportation Protective Services
    3. Controlled substances, (532, 533, 537, 540, 542)
    4. Mail, (610-619)
    5. Privately Owned Vehicles (POV), (300-359)
    6. Radioactive material, (Type Cargo Code A, 4)
    7. Radioactive material, (Water Commodity Code 451-496)
    8. Refrigerated cargo, (100-189)
    9. Special cargo/oversized
  1. Antisubmarine equipment, (800-809)
  2. Boats and boxed vehicles, (810-829)
  3. Lumber and logs, (832-840, 842-843, 845-846, 848-849, 851-859)
  4. 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.

    1. Subsistence, perishable, (500-529)
    2. Water Type Cargo Code A, C, D, I, J, P & S
    3. Water Special Handling codes – Single Handling Condition, 2, 3, 4, 5, 6, 7 & 8
  1. Parcel Post material addressed to an Army Post Office (APO)/Fleet Post Office shall be shipped via parcel post to the customer.

SDDC Point of Contact Information:

SDDC 597th BDE S3 Booking Office

Address: 661 Sheppard Place, Fort Eustis, VA 23604-1626

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

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

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.

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)

RESPONSE TIME:

Please send any response NO LATER THAN 1300 on 11 Jun 21 (JST) or 0000 on 11 Jun 21 (EST). 

Point of contact is Brendan De Moura Donahue, Amn, Contracting Specialist,

Telephone 011-81-176-77-3895, Email [email protected].

Alternate POC is Yoshikatsu Nakamura, Contracting Officer,

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

Bid Protests Not Available

Similar Past Bids

Location Unknown 29 Aug 2018 at 5 AM
Apo Ap 23 May 2017 at 4 AM
Apo Ap 10 Dec 2020 at 6 PM
Location Unknown 09 Jul 2021 at 2 PM
Location Unknown 22 Jun 2021 at 7 PM