Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

N -- Installation AVL system at Camp Fuji

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST FPO,
 
ZIP Code
00000
 
Solicitation Number
M6740010T0222
 
Response Due
9/14/2010
 
Archive Date
9/14/2010
 
Point of Contact
Nagisa Tsuhako 098-970-8621
 
Small Business Set-Aside
N/A
 
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 announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This procurement is not a small business set-aside; any responsible source may submit an quoter. Solicitation number M67400-10-T-0222 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 and DAC 91-13. The NAICS code is 325612. The Government intends to make single award to the responsible vendor whose quote is the most advantageous to the Government considering technical acceptability, price and delivery terms. Item Description: Please see the attachment for specifications, description and quantities. The requirement for the items and services are included in the attachment. Expected delivery date to the end-user, Camp Fuji, Shizuoka, Japan is not later than 30 Oct 2010. All quoters shall be in English language. Delivery point from local quoters is to Camp Fuji, Shizuoka, Japan. Delivery Address: Camp Fuji, Supply Office, BLDG #95 GOTEMBA CITY SHIZUOKA 412-0006 TEL: 224-8478 The following provisions apply to this acquisition: FAR 52.204-7 Central Contractor Registration. FAR 52.211-6 Brand Name or Equal. FAR 52.211-17 Delivery of Excess Quantities. FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items applies with Paragraph (a) FAR 52.212-3 Offeror Representations and Certification- Commercial Items 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 FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.237-1 Site Visit FAR 52.247-34 F.O.B. Destination DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7003 Control of Government Personnel DFAR 252.204-7004 Alternate A. Central Contractor Registration DFAR 252.211-7003 Item Identification and Valuation DFAR 252.211-7006 Radio Identification and Valuation DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items DFAR 252.232-7003 Electronic Submission of Payment Requests and Items DFAR 252.243-7001 Pricing of Contract Modifications Full text of these provisions can be accessed on-line at http://www.arnet.gove/far, http://farsite.hill.af.mil/vfdfara.htm DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUEST (JAN 2004). The United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Payment shall be made electronically by DFAS Yokota Japan for local vendors. The following information must be provided with this quotation: Commercial and government entity code (Cage) Taxpayer identification number (Tin). Data universal numbering system (Duns). Estimated Delivery Date: GSA contract number if applicable Remit to Address Site visit information: -Camp Fuji: DATE: 08 Sep 2010 TIME: 1400 LOCATION: Camp Fuji, BLDG#95 -Camp Foster: DATE: 08 Sep 2010 TIME: 1000 LOCATION: Camp Foster, GME, BLDG #5832 -- Failure to attend the site visit will not disqualify you; however, failure to Attend will not relieve you from complying with the terms and conditions of the Solicitation or the resulting contract. -- Urgent contact 090-3970-6087 -- You may submit questions in writing at the end of the site visit or by e-mail to Nagisa Tsuhako at nagisa.tsuhako.ja@usmc.mil until 09 Sep 2010 @1300. Offers can be faxed to 011816117450959, emailed to Purchasing & Contract Assistant, Nagisa Tsuhako/ nagisa.tsuhako.ja@usmc.mil or mailed to the Regional Contracting Office, PSC 557 BOX 2000, FPO AP 96379-2000. Quoters must be received no later than 10 Sep 2010, 15:00 JST. STATEMENT OF WORK (SOW) AUTOMATED VEHICLE LOCATOR SYSTEM Install Anti-Terrorism Communication Equipment (Global Positioning Satellite Tracking with Motor Vehicle Event Data Recorder) FOR GARRISON MOBILE EQUIPMENT (GME)(CAMP FUJI): 27 May 2010 1.0 GENERAL SCOPE: The Contractor shall provide qualified personnel, supervision, materials, tools, and transportation necessary for the installation of Automated Vehicle Locator (AVL) system as outlined in this SOW. 1.1 OBJECTIVE: The objective of this procurement is to install sustainable Global Positioning System (GPS) with associated communication system and Motor Vehicle Event Data Recorder (MVEDR) on seven (7) on GME white-gear stationed at Camp Fuji. Customize the already existing government mapping software and upgrade the GME configuration such that the tracking can be done from Okinawa and be viable at Camp Fuji. The intention is to install new AVL system hardware in seven (7) vehicles in Garrison Mobile Equipment (GME) facility, Camp Fuji, U.S. Marine Corps Base, Gotenba. 1.2 SCOPE OF WORK: The Contractor shall install the system in seven (7) vehicles. The contractor shall conduct test to ensure the system is in good working condition. A test shall be conducted after the installation is complete for function ability. 1.4 SYSTEM INSTALLATION: The Contractor shall provide an Automatic Vehicle Locator, use government owned system for mapping. Provide a control center equipped with a server, and monitoring PC that shall sit outside NMCI internet. Provide a router and UPS. The contractor is responsible for all manpower, parts, tools, administrative, and logistical costs for the installation of the AVL systems, and associated hardware/equipment. 1.4.1 INSTALLATION PLAN: The Contractor shall provide a draft installation plan within ten days after the date of award of contract for Government review and approval. The Government has 5 working days to approve all installation plans. The contractor shall submit all final plans within 5 working days after Government approval. 1.4.2. The Contractor shall complete the removal and installation within 30 days after the date of award. 1.4.3. The Contractor shall provide a one year warranty for parts and labor. 2.1 PERIOD OF PERFOMRANCE: The contractor is required to complete the installation within 30 days after the date of award. Communication Services to begin upon completion of installation for a One Year Period. 2.2 HOUR OF OPERATION: All installation work and Government acceptance shall be accomplished between the hours of 07:30 am and 16:30 pm, Monday through Friday, excluding U.S. Federal Holidays. Final installation schedule outside these hours will be agreed to between the Government and Contractor. New Year ™s Day*1 January Martin Luther King ™s BirthdayThird Monday in January President ™s DayThird Monday in February Memorial DayLast Monday in May Independence Day*4 July Labor DayFirst Monday in September Columbus DaySecond Monday in October Veterans ™ Day*11 November Thanksgiving DayFourth Thursday in November Christmas Day*25 December *Note: If a holiday falls on a Saturday, it will be observed on the preceding Friday. If the holiday falls on a Sunday, it will be observed on the following Monday. 2.3 TYPHOON READINESS: The Contractor shall depart military bases when Tropical Cyclone Condition of Readiness (TCCOR) One Caution (1C) or TC-1C is declared by Military Weather Station authorities. The contractor shall depart military bases and monitor radio/television until it changes to TCCOR Storm Watch (SW) or TC-SW. When TC-SW is declared by Military Weather Station authorities, the contractor shall restart the service within 2 hours. In the case where TC-SW is called after normal hours of operation, services will begin the next normal workday at 7:30am. 2.4 CONTRACT MANAGER: The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate, who shall act on behalf of the contractor when the manager is absent, shall be designated in writing to the Contracting Officer. The contract manager shall have full authority to act on behalf of the contractor on all contract matters relating to the daily operation of this contract and shall be available during normal duty hours, within one workday, to meet on with government personnel to discuss problem areas. The contract manager and alternate shall be able to read, write, speak and understand English. 2.5 CONTRACT PERSONNEL: Contractor personnel shall present a clean, neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company and/or by wearing appropriate badges which contain the company name and the employee ™s name. Clothing or badges shall be provided by the contractor. 2.6 QUALITY ASSURANCE: The government will monitor the Contractor ™s performance through its Quality Assurance Surveillance Plan (QASP) in conjunction with the Contractors Quality Control Plan (QCP). The government may increase or decrease the number of quality assurance inspections as performance dictates. The government reserves the right to inspect the Contractor ™s performance to ensure services are received and in compliance with the terms and conditions of the contract. Performance meetings may be held regularly or as requested by the Contracting Officer, COR, or Contractor. The COR shall notify the Contracting Officer of any discrepancies, disputes, or indications of poor performance. 2.6.1 The COR will coordinate with the Contractor on all matters that arise in the administration of this contract. In addition, the COR will monitor the Contractor ™s progress and performance to assure compliance with the requirements of the contract in accordance with the stated contract terms. The COR will serve as the representative of the Contracting Officer on all matters involving quality assurance. Should a quality or performance-related dispute arise, the Contracting Officer will serve as the final determining official. 2.7 QUALITY CONTROL: The Contractor shall develop, and maintain a QCP to ensure required services are performed in accordance with commonly accepted commercial practices. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. Records of all inspections conducted by the Contractor and corrective action taken shall be made available to the government upon request. 2.8 SECURITY REQUIREMENT: 2.8.1 Physical Security: Contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured, and utilities turned off or set for conservation. 2.8.2 Base Pass: The Contractor shall submit a request for base passes for his employees to the Marine Corps Regional Contracting Office, Okinawa, for approval by the Contracting Officer. The Contractor shall be responsible for all passes issued to him or his subcontractor ™s employees under this contract. At time of application, Provost Marshall may conduct a background check on employees. The Contractor shall return all applicable base passes upon termination of employment or completion of this contract to the Pass and Identification Section and certification of receipt shall be obtained. The Contractor shall submit lists of all employees terminated to the Contracting Officer within seven (7) days of the effective date of termination. 2.8.3 Vehicle Permit: All company-owned and privately-owned motor vehicles are required to be in military installations during the performance of this contract. Those vehicles must be registered with the Provost Marshal ™s Office, MCB Camp Butler, Okinawa, Japan. Vehicle permits may be issued to civilian contractors for the duration of their contract. Included in vehicle permit requests shall be the license number, year, make, model, color, and operator ™s name for each vehicle. All necessary decals and/or permits shall be displayed on the vehicles in the manner directed by the Vehicle Registration Section. Proof of insurance must also be presented to the Provost Marshal upon submission of the temporary vehicle permit or vehicle decal upon request. The minimum requirement for insurance is the Japanese Compulsory Insurance (JCI) under Japanese Motor Vehicle Damage Compensation Guarantee Law. Upon contract expiration, all vehicle passes shall immediately become invalid. The Contractor shall return the vehicle permits to the Provost Marshal ™s Office. Each contractor vehicle shall have the name of the Contractor neatly exhibited on each side of the cab. The vehicles shall be in satisfactory mechanical condition and shall present a neat and clean appearance. The Contractor shall operate vehicles in compliance with base traffic regulations. 2.9 SAFETY REQUIREMENT: 2.9.1 Safety: It is the contractor ™s responsibility to ensure the safety of their personnel along with any other personnel who should deliver and store any hazardous materials at government sites. Requirements for safety will be strictly adhered to the most current edition of the following standards and regulations. a. Japan Environmental Governing Standard. https://www.denix.osd.mil/denix/denix.html b. 29 CFR 1910 and 29 CFR 1926. http://www.osha.gov/ c. Marine Corps Order P5100.8F - Marine Corps Occupational Safety and Health Program. http://www.usmc.mil/directiv.nsf/Pdocuments?openview&count=5000&start=1 Note: If contractor is unable to access the listed sites, please notify RCO. 2.9.2 Personal Protective Equipment: The Contractor shall be responsible for providing the following types of personal protective equipment in accordance with 29 CFR Part 1910 Subpart I, but not limited to: Eye and Face Protection: Contractor shall provide eye and face protection in accordance with 29 CFR Part 1910.133, and as referenced in Appendix D. Head Protection: Contractor shall provide head protection in accordance with 29 CFR Part 1910.135, and as referenced in Appendix D. Foot Protection: Contractor shall provide foot protection in accordance with 29 CFR Part 1910.136, and as referenced in Appendix D. Electrical protective devices: Contractor shall provide electrical protective devices in accordance with 29 CFR Part 1910.137 and as referenced in Appendix D. Hand Protection: Contractor shall provide head protection in accordance with 29 CFR Part 1910.138, and as referenced in Appendix D. 2.9.3 Electrical: The Contractor shall be responsible for safe-guarding Contractor ™s employees in their work place in accordance with 29 CFR Part 1910, Subpart S and 29CFR Part 1926, Subpart K. 2.9.4 Hand and Portable Powered Tools and Other Hand-Held Equipment: The Contractor shall be responsible for the safe condition of tools and equipment used by employees, including tools and equipment which may be furnished by employees in accordance with 29 CFR Part 1910, Subpart P. 2.9.5 Tools - Hand and Power: The Contractor shall be responsible for the safe condition of tools and equipment used by employees, including tools and equipment which may be furnished by employees in accordance with 29 CFR Part 1926, Subpart I. 2.9.6 Fall Protection: Contractors working aboard MCB Camp S. D. Butler will abide by provisions of 29 CFR 1910 and 29 CFR 1926.501-503 to include, but not limited to: Assessment: All situations that expose contractor personnel on any work site to fall hazards of 6 feet (1.8 m) or greater shall be assessed by a competent person with fall protection training to implement proper controls. Requirements related to fall protection for personnel working on stairways and ladders are contained in 29 CFR 1926.1050-1060. Training: Contractor personnel who are potentially exposed to fall hazards shall receive appropriate training and fall protection equipment. Work Platforms. Contractors will provide personnel with a stable work platform, scaffold, or ladder. Equipment. Contractors will provide personnel with appropriate fall protection equipment. Enforcement. Contractors will require personnel to use fall protection equipment properly. Protection From Debris. Contractors shall ensure appropriate barriers are in place or debris nets are used below elevated work surfaces that protect personnel from falling objects. 2.9.7 Packing and Marking Requirements: 1)The Contractor shall be responsible for the preservation, packing, and packaging of the items to be delivered under this contract so that adequate protection shall be provided against deterioration, corrosion, and physical damage during shipment and handling from the source of supply to destination. The contractor ™s commercial practice is acceptable provided that it assures adequate protection. 2)Contractor ™s vehicles shall be in good condition, have leak-proof bodies, with sidings of a type suitable for this service. The Contractor shall load the solvents carefully and securely to prevent leaking. 2.9.8 Truck and Trailer Operator: Traffic Regulations/Requirements: Vehicle operator shall be instructed to all applicable traffic regulations/requirements both on and off base. Protecting any debris falling off trucks: All loads shall be placed and secured on vehicles so as to prohibit shifting or loss of the load while in transit. All loads will be inspected by the site safety supervisor prior to dispatching them off-site. 2.9.9 Emergency Response: An emergency response plan that lists points of contact, telephone numbers, and location of services both on and off site to include, but not limited to: a)Safety Supervisor: Name: _________________. Title: _____________________. Phone Number: _____________________. b)Medical Support (Emergency Contacts in case of personal injury): i) Medical Facilities: U.S. Naval Hospital, Camp Lester, Dial : 911 (On Base) / 098-893-7911 (Off-Base) ii)Chubu Hospital (Route 360) 208-03 Miyazato Gushikawa-shi, Okinawa, Commercial Phone Number: 098-973-5101 iii)Ryukyu University Hospital 207 Uehara, Nishihara-cho, Okinawa, Commercial Phone Number: 098-895-3331 Extension: 3285 c)Police and Fire Protection: The following telephone numbers are furnished: Foster Emergency: 911 (On-Base) (Off-Base) Provost Marshall Fire Protection Note: 1) From Off-Base: Operator: 098-892-5111 + DSN Number 2) The Marine Corps Base now has direct in-dial from off base, including cell phones for many base telephone numbers. Below is a list of the numbers calling from Off-Base: DSN: ¦ ¦ ¦., from off base dial ¦ ¦ ¦.. 3.0 GOVERNMENT REMEDIES: The contracting Officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor ™s failure to correct non-confirming services. 4.0 EXHIBITS: (End Statement of Work)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740010T0222/listing.html)
 
Record
SN02268654-W 20100905/100904000040-011c6c36d848e473e1d8200a176f6407 (fbodaily.com)
 
Source
FedBizOpps 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.