Federal Bid

Last Updated on 20 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Power Roller

Solicitation ID FA5205-16-Q-B050
Posted Date 25 Jul 2016 at 6 AM
Archive Date 20 Aug 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
 

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 FA5205-16-Q-B050; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-89, DPN 20160630, and AFAC 2016-0603. This acquisition will be full and open competition.

 

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

 

Requested Supplies and Services List

LINE ITEM

DESCRIPTION

QUANTITY

UNIT

0001

Double Pinch Plate Roller

Brand- Birmingham

P/N- CPTRH-1006

Or Equal*

Salient Characteristics:

-Roller length of 10 Ft

-Capacity to roll 0.25 inch metal

-Rollers independently driven

-Power requirments- 220V at 26 Amps or 440V at 13 Amps / 60 Hz

 

Include Shipping

1

EA

 

•-    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.

 

 

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.]

 

Exeptions to DDJC shipping:

 

The following material and/or shippment 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:

 

•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 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).

•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

•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 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 2100 on 5 Aug 2016 (JST) or 0800 on 5 Aug 2016 (EST). 

 

Point of contact is Benjamin Albers, SrA, Contracting Specialist,

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

 

Alternate POC is Joshua Blalock, SSgt, Contracting Officer,

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

 

 

PROVISIONS/CLAUSES:

The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in.  Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.

 

Clauses incorporated by reference:

 

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 Alt I 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 52.222-50 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 52.228-3 Workers Compensation Insurance (Defense Base Act)

FAR 52.228-4 Workers Compensation and War-Hazard Insurance Overseas

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

DFARS 252.203-7008 Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015 Disclosure of Information for Litigation Support

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

DFARS 252.232-7006 Wide Area Work Flow Payment Instructions

DFARS 252.232-7010 Levies on Contract Payments

DFARS 252.244-7000 Subcontracts for Commercial Items

 

 

Clauses incorporated by full text:

 

52.252-2 -- Clauses Incorporated by Reference.

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)

 

 

Bid Protests Not Available

Similar Past Bids

Apo Ap 28 May 2021 at 5 PM
Location Unknown 08 Aug 2016 at 7 AM
Location Unknown 20 Jul 2016 at 9 AM
Location Unknown 08 Sep 2016 at 5 AM
Location Unknown 29 Aug 2018 at 5 AM