Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2014 FBO #4653
SOLICITATION NOTICE

73 -- Dining Facility - Package #1

Notice Date
8/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-14-T-0203
 
Archive Date
9/11/2014
 
Point of Contact
Kazuho Tamayose, Phone: 816117458531
 
E-Mail Address
kazuho.tamayose.ja@usmc.mil
(kazuho.tamayose.ja@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
See attached for detial. Combined Synopsis/Solicitation-Supply 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. Therefore, any responsible source may submit a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-14-T-0203 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20140805. The FSC code is 7320 and the NAICS code is 423440. The Government is soliciting quotes for the purchase of Milk Dispenser 2 ea Two Stacked Electric Convection Oven 3 ea Ice Maker, Water-Cooled, Full Cube-Style 1 ea Ice Storage Bin 1 ea Divider Walls 1 ea The Government intends to issue a single award to the responsible quoter whose quote is the lowest price and technically acceptable. This is a "Brand Name" or "Equal" procurement. The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' items. Therefore, if "equal" item(s) are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. *All quotes shall be submitted in English.* Delivery point for Door-to-Door shipping is to: POC: SSgt Richburg Erick Marine Corp Property Division Bldg.170 Misumi, Kanyuuchi, MCAS Iwakuni Iwakuni, Yamaguhi 740-0025 Delivery point from quotes within CONUS is to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376 All services/material awarded under this contract are expected to be delivered 90 days after the award. Container Loads over 10,000 lbs and/or 800 cu.ft., are not to be shipped to any container consolidation points (CCP): it is requested to contact the Marine Corps Air Clearance and Procurement Traffic Section (MC/ACA) at Marine Corps Logistics Base (MCLB) Barstow CA for shipping instruction. CLIN 0001: MILK DISPENSER Qty: 2 EA Mfr: SilverKing Model #: SKMAJ2/C4 or equal item *All plugs required for this equipment shall be included in pricing. Two valves 12 Gallon Capacity Accommodates 3, 5 or 6 gallon bags with two platforms Includes two 6 gallon crates Adjustable temperature control Stainless steel exterior and interior With adjustable four (4) legs Overall dimensions: approx. 26-1/2 inch W x17-1/8 inch D x 39-1/2 inch H Power requirement: 115V/60 Hz /1 PH, 1.3 Amps Warranty: Manufacturer's standard All fees associated with shipping and handling shall be included in the cost of the item. CLIN 0002: TWO STACKED ELECTRIC CONVECTION OVEN 3 EA Mfr: Alto-Shaam Model #: 2-ASC-4E/stk or equal item *All plugs required for this equipment shall be included in pricing. With Manual control Double deck Stainless steel exterior Door hinging system Twelve (12) Pan capacity: approx. 18 inch x 26 inch x 1 inch Full-size Sheet pans Stainless steel bullet legs Minimum 6 feet cord and plug Overall dimensions: approx. 68 inch H x 38 inch W x 44-1/2 inch D Power requirement: 208V/60 Hz/1 PH Warranty: Manufacturer's standard All fees associated with shipping and handling shall be included in the cost of the item. CLIN 0003: ICE MAKER, WATER-COOLED, FULL CUBE-STYLE 1 EA Mfr: Manitowoc Model #: ID-1403W or equal item *All plugs required for this equipment shall be included in pricing. Self-contained condenser Capacity (Approx. 24 hours): up to 1430-lb Stainless steel finish Programmable ice production: set - ice levels and Volume Overall dimensions: approx. 26-1/2 inch H x 48 inch W x 24-1/2 inch D Power requirement: 208 V-230 V /60 Hz /1 PH Warranty: Manufacturer's standard All fees associated with shipping and handling shall be included in the cost of the item. CLIN 0004: ICE STORAGE BIN 1 EA Mfr: Manitowoc Model #: B970 or equal item *All plugs required for this equipment shall be included in pricing. Storage capacity: approx. 710 lbs Size apply: for the 48 inch wide ice maker Finish stainless steel Top hinged door type Includes ice scoop Stainless steel 6 inch Legs Overall dimensions: approx. 48 inch W x 34 inch D x 50 inch H Warranty: Manufacturer's standard All fees associated with shipping and handling shall be included in the cost of the item. *NOTE: CLIN 0003 & 0004 Offeror shall provide compatible items. CLIN 0005: DIVIDER WALLS Qty: 1 EA Mfr: ESP Metal Crafts Model #: PP20 or equal item Antique bronze partition post and channel assemblies Posts are to be of 2 inch grooved tubing with 4 inch flanges and dome tops Posts are to accept approx. 16 inch H x 1/4 inch thick inserts. Includes notched channels for top and bottom to be framed in "U" shape Insert (window) to be made of varia ecoresin panels (recycled resin panes) or equal Sandstone finish Approx. 48 inch W x 96 inch L pattern parallel to the 48 inch side Pattern Name: Thatch See attached example of divier wall. All fees associated with shipping and handling shall be included in the cost of the item. CLIN 0006: INSTALLATION (for CLIN0005) Qty: 1 JOB CLIN 0007: SHIPPING CHARGE Qty: 1 LOT (OPTIONAL) DOOR-TO-DOOR Offeror shall provide optional pricing for additional of using door to door delivery to MCAS Iwakuni vice shipment through Defense Distribution Depot San Joaquin. The Government will provide final delivery instructions upon award. Approximate: The Contractor's measurements shall be within 1-3 inches of approximate measurements given. Measurements that do not say approximate are exact. Measurements that exceed 1-3 inches shall be considered alternate offers and will be considered as acceptable or unacceptable on a case-by-case based on whether or not the measurements of the alternate items offered meet the Marine Corps' requirements in terms of room layout/dimensions. The Quoter is required to submit as its offer the following: (X) SF1449 (Solicitation M67400-14-T-0117) completed. (X) Price Proposal. Offeror shall provide optional pricing for additional of using door to door delivery to MCAS Iwakuni vice shipment through Defense Distribution Depot San Joaquin. The Government will provide final delivery instructions upon award. (X) Descriptive Literature --- The offeror shall submit "Descriptive Literature" as a part of it's offer which is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as Design, Materials, Components and Performance characteristics. (X) Installation Support Plan - The offeror shall identify the estimated schedule for installation start and finish and outline, related coordination and logistics matters, and quality control procedures to support timely installation. Quotes shall be evaluated in terms of technical capability of items offered to meet the Government requirement and price in accordance with FAR 52.212-2. The following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-23 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.211-7003 Item Identification and Valuation (Dec 2013), DFARS 252.211-7006: Passive Radio Frequency Identification (Sep 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012). DFARS 252.246-7006: Warranty Tracking of Serialized Items.(Jun 2011) Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.233-3 Protest After Award (Aug 1996). DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS. Quoters are instructed to include the following in their quote: DUNS number CAGE code TIN Government Rep name, email address Estimate Delivery date Item specs Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions can be addressed by email to Kazuho Tamayose no later than 16:00 22 Aug 2014 JST. Quoters shall submit their response to this RFQ via email to kazuho.tamayose.ja@usmc.mil or via fax to 011-81-611-745-0959 by the closing date of this solicitation. However, qouters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-14-T-0203/listing.html)
 
Place of Performance
Address: Marine Corps Regional Contracting Office, Marine Coprs Base, Camp S.D. Butler, PSC 557 BOX 2000, FPO AP CA 96379-2000, Japan
 
Record
SN03472070-W 20140821/140820001338-9d02af9269f584e73cf4508c3c090f1d (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.