Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

71 -- Lockers

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
M67400 MCB Camp Smedley D. Butler PSC 577, Box 2000, Bldg #355 Okinawa, Japan FPO AP, NA
 
ZIP Code
00000
 
Solicitation Number
M6740002T0838
 
Response Due
8/19/2002
 
Point of Contact
Steven Schmid 011816117452193
 
E-Mail Address
Email your questions to Click here to contact Contracting Officer email
(schmidsj@mcbbutler.usmc.mil)
 
Description
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 procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-02-T-0838 applies and is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The North American Industry Classification System code is 611420. The business size standard is NTE 5.0 million. The agency need is for: ITEM 0001: QTY: 516 EA Locker, Single Tier - 12"Wx18"Dx72"H, Clos ed Base, Latch Closure, Color Royal Blue. ITEM 0002: QTY: 89 EA Locker, Double Tier - 12"Wx18"Dx72"H, Closed Base, Latch Closure, Color Royal Blue. ITEM 1001: QTY: 1 EA Option CLIN for Shipping and Handling - for delivery F.O.B destination to POE as directed by MTMC as described in clause BT. PACKAGING AND SHIPPING INFORMATION below ITEM 2001: QTY: 1 EA Option CLIN for Shipping and handling - for door to door shipping to the Okinawa Japan "Mark for" address: TMO, MCB S D Butler Mark for: PO/DO: M67400-02- - Bldg 401, Camp Kinser JA 901-2100 Okinawa Japan DESCRIPTION OF REQUIREMENT: Requests for a full copy of this solicitation and a diagram of the locker rooms can be received by request by e-mail at schmidsj@mcbbutler.usmc.mil. The requirement calls for 516 single tier and 89 (total of 718 locker spaces) double tier standard commercial lockers. The lockers should measure 12"Wx18"Dx72"H with a closed base, latch closure and royal blue in color. If royal blue is not available black or Navy blue will be considered. The locker must fit in the space as demonstrated by the attached diagrams. A minimum of 477 single tier lockers and 30 double tier lockers will be configured in the diagrams. The remaining single tier and double tier lockers will be 1 wide stand-alone units. The contractor can use any combination of 1, 2, 3, 4, and 5 wide configurations for both the single tier and double tier lockers to fit its design needs. All materials used in the manufacture of the lockers will be rustproof, corrosion-proof, and termite proof. Sides, tops, bottoms, shelves, and doors shall be made from durable materials, at a minimum ??, that can withstand an extremely humid environment. The interior of the locker will h ave a securely mounted shelf no more than 18 inches from the top of the locker. Below the shelf a clothing rod will be mounted on the walls. Lockers will be shipped fully assembled with complete installation, and maintenance instructions. Must have a latch locking mechanism capable of accepting a standard combination lock or key padlock. The latch shall be securely fastened to the entire length of the door, providing a continuous security latch. Door hinge shall be highly durable, made with non-rusting parts. Preferably the door hinges shall be continuous and integrated into the full length of the door and main locker body. Finish of all components shall have no rough edges and free of scratches and chips. All external components shall be of the same color. Ventilation slots must be included on the locker door. Lockers will be shipped fully assembled with complete in stallation, and maintenance instructions. Must have a latch locking mechanism capable of accepting a standard combination lock or key padlock. The latch shall be securely fastened to the entire length of the door, providing a continuous security latch. Number plates, numbered 1 through 694, will be provided for easy application by the Government. Lockers will be mounted side by side as in the attached diagram. The last lockers of all rows of lockers will have an end cover. Manufacturer shall warranty lockers for a minimum period of 10 years against rust and other types of corrosion, termite damage, delamination, or breakage of any of the panels, doors and shelves under normal use. DELIVERY: Required delivery date 30 September for option CLIN 1001 F.O.B. destination to POE, or 30 November 2002 for option CLIN 2001 F.O.B. destination to above Okinawa address. SOLICIT ATION PROVISIONS: FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2000). FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999); the following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2001). FAR 52.212.4 Contract Terms and Conditions ? Commercial Items (Feb 2002) FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER?CENTRAL CONTRACTOR REGISTRATION (MAY 1999). Local Clause BT. PACKAGING AND SHIPPING INFORMATION. FAR 52.247-34 F.O.B. Destination (Nov 1991). Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. All offerors must ensu re they are registered in the Central Contract Registry (CCR). Contractors may register online at: http://ccr.dlsc.dla.mil. DUNS, TIN, and CAGE code must be provided on submitted quote. DFAS Yokota, Japan, will make payments electronically. SUBMISSION OF OFFERS: Submittals will be provided electronically to schmidsj@mcbbutler.usmc.mil in any combination of Microsoft Office formats (i.e. Word, Excel, Power Point), PDF, or FAX to 011-81-611-745-0969 no later than 5 P.M. Eastern Standard Time on 19 August 2002. Submit questions for clarification by E-mail to schmidsj@mcbbutler.usmc.mil no later than 5 P.M. Eastern Standard Time on 10 August. All questions and answers will be posted in an amendment to this solicitation no later than 5 P.M. on 12 August.
 
Web Link
http://rco.mcbbutler.usmc.mil
(http://rco.mcbbutler.usmc.mil)
 
Record
SN00135545-W 20020809/020808085433 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.