The RFP Database
New business relationships start here

Rebar


Armed Forces Pacific, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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; quotes are being requested and a written solicitation will not be issued. Solicitation F1C0RH4294A018 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-77. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 332312 and the small business size standard is 500 EMP. The following commercial items are requested:


CLIN 0001 - Rebar #5 21 short ton, 20 metric ton; length: 40ft sticks QTY: 899 each
CLIN 0002 - Rebar #6 31 short ton, 29 metric ton; length: 40ft sticks QTY: 755 each
CLIN 0003 - Rebar #8 3 short ton, 2 metric ton; length: 40ft sticks QTY: 40 each
CLIN 0004 - Rebar #4 14 short ton, 12 metric ton; length: 40ft sticks QTY: 855 each



*ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING/DELIVERY OF MATERIALS IS FOB DESTINATION TO GUAM:


North West Field
Building 61324 UNIT 14014
ANDERSEN AFB GU 96543


Submit your quote via email to A1C Joshua Boak at joshua.boak@us.af.mil.
Responses to this RFQ must be received via e-mail not later than 7:30 AM Chamorro Standard Time on Tuesday 9 December 2014 (4:30 PM EST Monday 8 December 2014). Oral quotes will not be accepted. Collect calls will not be accepted. Hand delivered quotes will not be accepted. Emailed quotes must be received at the stated addressees' email inboxes on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable.


The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt. The Government has limited capability to accept attachments in quotes and requests that contractors limit quotes to no more than 10 pages. All questions regarding this RFQ must be submitted via email.


All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number.


FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Quotes must include information and pricing for CLIN 0001, CLIN 0002, CLIN 0003, and CLIN 0004 to be considered for award.


1. Price: Prices must be submitted for CLIN 0001, CLIN 0002, CLIN 0003, and CLIN 0004, including shipping to Guam. Do not include a separate CLIN for shipping costs. Shipping costs must be included within the line items listed. This is an all-or-none request; multiple awards will not be made.


2. Technical Capability: Specifications including measurements and drawings must be included in the quotation.


FAR 52.212-2, Evaluation-Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed under CLIN 0001, CLIN 0002, CLIN 0003, and CLIN 0004. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable.


1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price.


(i) Arithmetic Discrepancies. For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the offeror.
(A) Obviously misplaced decimal points will be corrected;
(B) Discrepancy between unit price and extended price, the unit price will govern;
(C) Apparent errors in extension of unit prices will be corrected;
(D) Apparent errors in extended prices per CLIN will be corrected.


2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable.


TECHNICAL CRITERIA RATINGS
RATING DEFINITION
Acceptable Quote clearly meets the minimum requirements of the solicitation.


Unacceptable Quote does not clearly meet the minimum requirements of the solicitation.



The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed.


The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items;


FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: 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 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels.


Additional provisions and clauses that apply to this acquisition are: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); 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 252.211-7003, Item Identification and Valuation; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (CMSgt Eastman, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 315-449-8569), Ombudsman


All quotes, questions, and any requests for more information must submitted in writing and be sent to A1C Joshua Boak at joshua.boak@us.af.mil or at 671-366-4940.


 


Joshua W. Boak, Phone 6713664940, Email joshua.boak@us.af.mil - Willis C Crouch, Phone 671-366-4942, Email willis.crouch@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP