Federal Bid

Last Updated on 01 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

REPLACEMENT PARTS FOR BLUE BIRD, 48 PAX BUS, FOR 374 LRS AT YOKOTA AIR BASE, JAPAN

Solicitation ID FA520917U0016
Posted Date 28 Jul 2017 at 4 AM
Archive Date 01 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa5209 374 Cons Pk
Agency Department Of Defense
Location United states
Purchase of New Replacement Parts for Blue Bird, 48 PAX BUS, for 374 LRS/LGRV

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.

 

THIS REQUEST DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF YOUR SUBMISSION OR TO ISSUE AN ORDER FOR SUPPLIES AND SERVICES.

 

Quotes are due by 1630 (Japan Standard Time) on 7 August 2017.

Quotations may be sent via e-mail to [email protected].  Email submissions are preferred.

 

Potential offerors are to provide a quote for the purchase outlined in the following attachments:

  1. Item catalog (or specifications) for the subject item
  2. FAR 52.212-3 Alt I (Attachment 2)

 INSTRUCTION TO OFFERORS:

 Please reference provision 52.212-1, Instructions to Offerors, below.

All quotations must include the following information:
1. Company's complete mailing and remittance address
2. Discounts for prompt payment- if any
3. Discounts to the Government-if any
4. Warranty Period
5. Quotations must be valid for a period of no less than 60 days.
6. Quotations shall include the contractors Technical Capability as follows:
     (a) CLIN 0001, provide a unit price and total amount including freight charge

     (b) Item catalog (or specifications) for the subject item with a separate cover

 

FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2017)

Offeror shall include a completed copy of the provision (See Attachment 2).

 

FAR 52.204-7, System for Award Management, below.

All offerors must be registered in System for Award Management (SAM) in order to be considered for award.  If you're not registered, please register via www.sam.gov.

 

A. Item Description:
Please see attachment 1, Minimum Characteristics of Repair Parts, for each item description.

 

B. Delivery Information

FOB:  Destination

Delivery Due Date:  90 days ADC (After Date of Contract)

 

Ship to Address: 

374 LRS/LGRV
POC:  Mr. Yuichi Yano
Bldg. 4125, Yokota Air Base
Fussa, Tokyo 197-0001 Japan
TEL: 011-81-42-552-57585
or if in-country: 042-552-2511 ex) 5-7585

 

C. Closing Date
Deadline for receipt of offers: 7 August 2017, 16:30 P.M, Japan Standard Time (7 August 2017, 03:30 A.M, Eastern Time).
All questions must be submitted no later than 09:00 A.M. Japan Standard Time, 3 August 2017 (08:00 P.M. Eastern Time, 2 August 2017.  Quotations shall be submitted via e-mail to
[email protected] by the due date and time.


D. Acquisition Items
Potential offerors are to provide a quotation for the purchase outlined in aforementioned items.

E. EVALUATION
This is a competitive solicitation for quotations utilizing Lowest Price Technically Acceptable (LPTA). Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be the most advantageous to the Government, price, and other factors considered. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process:

1. Price

2. Technical Acceptability: Technical Acceptability is achieved when either the offeror provides the exact or equal items with a proof that the products meet the item description stated on the Attachment 1,
Minimum Characteristics of Repair Parts.

(i) Initially, offers shall be ranked according to evaluated prices. The price evaluation will document for the offers evaluated the completeness, and reasonableness of the proposed price. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration.
(ii) Next, the Government will evaluate the lowest offerors technical information as referenced in paragraph 2 above. Technical Acceptability for all offerors will be rated as acceptable or unacceptable by the government.
(iii) If the lowest offeror meets the Government technical acceptability as defined in above paragraph 2, a Purchase Order will be awarded to the lowest offeror with technically acceptable capability. If the lowest offeror fails to meet the Government technical acceptable capability, the Government will then evaluate the next low offeror in the same manner to determine if they meet the technical capability. This process will continue until an offeror is found to meet the Government technical acceptable capability in ascending order of the low price.

 

To be considered for award, offers of "equal" products, including "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 such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information 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. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the Offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the Offeror clearly indicates in its offer that the product being offered is an "equal" product, the Offeror shall provide the brand name product referenced in the solicitation.

 

 

< Applicable provisions/clauses for DoD>     

 

The following clauses/provisions are incorporated by reference:

 

252.203-7000      Requirements Relating to Compensation of Former DoD Officials

252.203-7005      Representation Relating to Compensation of Former DoD Officials

252.204-7008      Compliance with Safeguarding Covered Defense Information Controls

252.204-7012      Safeguarding of Unclassified Controlled Technical Information

252.204-7015      Disclosure of Information to Litigation Support Contractors

252.222-7007      Representation Regarding Combating Trafficking in Persons

252.223-7008      Prohibition of Hexavalent Chromium

252.232-7003      Electric Submission of Payment requests

252.232-7010      Levies On Contract Payments

252.244-7000      Subcontracts for Commercial Items

252.247-7023      Transportation of Supplies by Sea  

 

The following clauses are incorporated by Full Text:

 

52.252-2 -- 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)

 

 

52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017)

 

(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.

 

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

 

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

 

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

 

(b)

 

(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-

 

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).

 

(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

 

(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.

 

(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

 

(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).

 

(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).

 

(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

 

(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

 

(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).

 

(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

 

(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).

 

(xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

 

___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).

 

(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)

 

(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)

 

(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).

 

(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).

 

(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).

 

Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

 

(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).

 

(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

 

(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

 

(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

 

(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

 

(End of Clause)

 

 

5352.201-9101 Ombudsman (Jun 2016)

 

(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 ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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)

 

Attachment No& Title                                   Number of Pages
1. Minimum Characteristics of Repair Parts                    1

2. FAR 52.212-3 Alt I (Jan 2017)                                21        
3. Price Schedule                                                        1
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Apr 2010 at 5 AM
Location Unknown 18 Aug 2009 at 9 AM
Location Unknown 20 Apr 2010 at 5 AM
Location Unknown 16 Sep 2009 at 5 AM

Similar Opportunities

Tulsa Oklahoma 11 Jul 2025 at 3 PM
Tulsa Oklahoma 18 Aug 2025 at 7 PM
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)