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.
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:
Exception: (DDJC accepts 1.4 explosives)
Exception: (DDJC Accepts HHG/Baggage)
Exception: (DDJC & DDSP can accept boats within the limits of paragraph 1b).
Exception: DDJC & DDSP accept vehicles (except POVs) that can be loaded in a seavan or on a flatrack and meet the dimensional limitations.
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].