Combine Solicitation – Cypres-2 Activation Devices
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Agency:
Office Address:
Subject: Cypres-2 Activation Devices
Classification Code: 16 - Aircraft components & accessories
Solicitation Number: F2PG574184A001
Contact:
Setaside: N/AN/A
Place of Performance (address): RAF Lakenheath, Suffolk UK.Brandon, 1
Place of Performance (zipcode): IP27 9PN
Place of Performance Country: GB
Description:
US Air Force Europe
48 CONS/LGC - Lakenheath
Combined Synopsis/Solicitation RFQ - Cypres-2 Activation Devices -
Purchasing Agency:
I. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
II. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. In order to be considered for award, offeror must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference F2PG574184A001.
III. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76 effective
IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 423490, Other Professional Equipment and Supplies Merchant Wholesalers.
V. Offeror Representations and Certifications prescribed in FAR Part 52.212-3 shall be completed and included with offer or in conjunction with SAM registration.
DESCRIPTION OF REQUIREMENT Contractor shall provide Cypres-2 Activation Devices for the
***To be considered for award, you or your entity must be System for Award Management (SAM), www.sam.gov registered and subsequently enrolled in Wide Area Workflow (WAWF), https://wawf.eb.mil/, for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Offerors should provide their DUNS number, CAGE code, and confirmation of their SAM registration along with their quote. You must also provide proof that you or your entity is authorized to sell Apple products.
PRICE SCHEDULE:
Potential Offerors are to provide a quote for the items listed on the Quote Sheet (attachment 2).
DELIVERY AND INSPECTION:
Inspection for acceptance shall be made by the requesting agency on behalf of the
Line Item Description Quantity Unit 0001 Cypres-2 1 Pin Military 1000FT-35M/S ABS 1 Each 0002 Cypres-2 1 Pin Military 1500FT-35M/S ABS 12 Each
FAR 52.232-18: Availability of Funds (
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of Clause) FAR 52.252-1:
52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items
Addenda to FAR 52.212-1 Instructions to Offerors - Commercial Items
As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To assure the timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph B - Quote Specifics.
B. Quote Specifics: All quotes must include the following information: 1. Vendor's complete mailing and remittance address. 2. Discount for prompt payment, if any. 3. Offeror shall be enrolled in the System for Award Management (SAM) database (www.sam.gov). 4. Quotes shall be quoted in
C. Quotes are due to this office no later than
FACTOR 1 - TECHNICAL QUALIFICATION - Must meet all of the Sub-Factors to be considered technically acceptable.
Sub-Factor 1 - Salient Characteristics: The product provided must completely match the salient characteristics at listed in the solicitation.
FACTOR II - PRICE QUOTE (a) Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.) and shall be clearly illustrated on the Quote Sheet, Attachment 2. (b) Insert proposed unit and extended prices on the Quote Sheet. The extended amount must equal the whole currency unit price multiplied by the number of units. D. Include discount for prompt payment, if applicable.
(End Addendum)
Addenda to FAR 52.212-2 Evaluation - Commercial Items (
A. EVALUATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
B. BASIS FOR CONTRACT AWARD: The award will be made to the vendor whose quote represents the best value to the government. As allowed by FAR 13.106-2 and FAR 15.101-2, the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive and represents the best value to the Government based on selection of the technically acceptable quote with the lowest evaluated price for non-cost factors. To be eligible for award, a quote must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Under the LPTA source selection process, trade-offs are not permitted, quote are evaluated for acceptability but not ranked using the non-cost/price factors, and exchanges with offerors may occur. If the quote received is determined to be unacceptable, the vendor may be excluded from competition and may not be considered for award.
A. EVALUATION FACTORS FOR AWARD: Three (3) evaluation factors will be used to evaluate quotes: Technical Qualification and Price.
FACTOR 1 - TECHNICAL QUALIFICATION
Technical Acceptable/Unacceptable Ratings
Rating Description
Acceptable Quote clearly meets the minimum requirements of the solicitation. All factors and sub-factors have passed the evaluation.
Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Each sub-factor must pass the evaluation in order for the technical factor to pass. Failure to address any sub-factor will deem an offer as technically unacceptable.
The government will evaluate the Technical Qualification and the below listed sub-factors on a pass/fail basis, assigning ratings of acceptable or unacceptable. An unacceptable rating for any of the below sub-factors will result in an unacceptable rating of this Technical Qualification primary factor. Accordingly, under the LPTA source selection approach, offerors who receive an unacceptable rating for this factor may not be considered for award. If any single area receives a rating of unacceptable, the entire plan will be rated as Unacceptable. Technical acceptability will be evaluated against the following sub-factors:
Sub-Factor 1 - Salient Characteristics: This sub-factor is met when an offeror thoroughly, completely, and accurately meets all of the following criteria listed on the salient characteristic page of the solicitation.
An offeror's proposed prices will be verified on the Solicitation CLIN Quote Sheet by multiplying the quantities identified for each item number in the price schedule by the proposed unit price to confirm the extended amount for each price schedule item. The extended price for each line item will then be added together to arrive at a total evaluated price.
As this requirement is a commercial small purchase that will result in a firm-fixed-priced contract, a comparison of offeror's proposed, competitive prices will satisfy the requirement for price analysis. The price evaluation will be accomplished by conducting price analysis to assess and compare proposed prices and reasonableness of the proposed total evaluated price as defined in FAR 15.404-1 and FAR 15.305.
Firm-fixed-price contract provides for a price that is not subject to any adjustment on the basis of the contractor's cost experience in performing the contract. (FAR 16.202-1)
(End Addendum)
Federal Acquisition Regulation (FAR) Provisions/Clauses by Reference:
52.204-4 Printed or Copied Double-Sided on Recycled Paper 52-204-7 System for Award Management 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-50 Combating Trafficking in Persons Alternate I 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to
252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A (Required Central Contractor Registration) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That are Owned or Controlled by the Government of a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: _X_ 52.203-3, Gratuities (
52.252-5 Authorized Deviations in Provisions (
(a) The use in this solicitation of any Federal Acquisition Regulation (48
(b) The use in this solicitation of any Defense Federal Acquisition Regulation (48
52.252-6 Authorized Deviations in Clauses (
Secondary point of contact: Contracting Officer:
Link/URL: https://www.fbo.gov/notices/45e06d4303ed2ceeaa952b1d2e7823d5
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 3144 |
Modification to a Previous Presolicitation Notice – Correct Runway Safety Area Violations for RWY 18L MALSR, RWY 36R MALSR, 18L PAPI, RWY 36R PAPI, 36R GS, 36R LOC, and 18L LOC, Huntsville International Airport, Huntsville, Alabama.
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News