Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2014 FBO #4446
MODIFICATION

42 -- Structural Fire Protective Gear (Bunker Gear)

Notice Date
1/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, -MCMWTC Bridgeport, Marine Corp Mountain Warfare Training Center, Bridgeport, California, 93517-9802, United States
 
ZIP Code
93517-9802
 
Solicitation Number
M33610-14-T-0006
 
Point of Contact
Ariel Pena, Phone: 7609321544
 
E-Mail Address
ariel.pena@usmc.mil
(ariel.pena@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 written solicitation will not be issued. Solicitation number M33610-14-T-0006 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and Department of Defense FAR Supplement (DFARS) current to DPN 20131118. This is a Small Business set-aside. The North American Industry Classification System is 339113 (Surgical Appliance and Supplies Manufacturing), and the small business size standard is 500 employees. The Marine Corps Mountain Warfare Training Center (MCMWTC) is requesting quotes for the following items (Brand Name only): CLIN 0001: Morning Pride TAILS system coats (LTO-41Z3), Bronze. Quantity: 8 CLIN 0002: Morning Pride TAILS system pants (LTO-41Z3), Bronze. Quantity: 8 CLIN 0003: Ergodyne Arsenal 5080L SCBA Mask Bag. Quantity: 4 This is BRAND NAME RFQ (no substitutes accepted, see attached Brand Name Justification). Morning Pride bunker gear is custom-sized; the vendor who is awarded this contract must travel to MCMWTC to measure Fire Department personnel, or must provide the Fire Department with instructions on how to measure personnel. A firm-fixed price contract will be awarded using the Simplified Acquisition Procedures (SAP) described in FAR Part 13 to the contractor whose quote represents the Best Value to the Government. This determination will be made using the following factors: Price, Technical (the contractor's ability to meet the Government's requirement), and Delivery. Contractors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quotes, unless contractors certify that their ORCA information is up to date. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 System for Award Management (Jul 2013) 52.212-1 Instructions to Offerors - Commercial Items (Jul 2013) 52.212-4 Contract Terms and Conditions - Commercial Items (Sep 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2014) The Following Clauses incorporated in 52.212-5 are also applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.203-7000 Requiremens Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7004 Central Contractor Registration Alternate A (Sep 2007) 252.225-7001 Buy American and Balance of Payment Program (Dec 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) The full text of the provisions and clauses incorportated here by reference can be found online at http://farsite.hill.af.mil, or by contacting the individual listed on this RFQ. In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Training is available at no cost from https://wawftraining.eb.mil/ Questions regarding this RFQ must be submitted via email to Staff Sergeant Pena at ariel.pena@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. PST on 29 Jan 2014. Quotations received after the due date and time will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M33610/M33610-14-T-0006/listing.html)
 
Record
SN03274194-W 20140126/140124234421-83d27a6a212600be17637c7499ad4410 (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.