SOLICITATION NOTICE
20 -- Divers Air Compressor
- Notice Date
- 9/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- 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
- 67400-14-T-0253
- Point of Contact
- Minako Yara, Phone: 3126458145
- E-Mail Address
-
minako.yara.ja@usmc.mil
(minako.yara.ja@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- 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-0253 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) 20140828.The FSC code is 4240 and the NAICS code is 333912. The Government is soliciting quotes for the purchase of Divers Air Compressor. The Government intends to issue a single award to the responsible quoter whose quote is the lowest price and is technically acceptable. 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.* The items in this order will be shipped to and acceptance made at the following final destination address: Delivery point: Defense Logistics Agency Defense Distribution Depot San Joaquin, Tracy Depot 25600 Chrisman Road Bldg.: 30 CCP Tracy, CA 95376 All services/material awarded under this contract are expected to be delivered 60 days after the award. CLIN 0001: Divers Air Compressor Quantity of (2) -Bauer Model # VTC-20-E3 Brand Name or Equal -All Specifications are in IAW the U.S. -Navy Dive Manual, SS521-AG-PRO-010. -Electrical Requirements: 230/3/60 -Electrical classification: NEMA 4 All Air Compressors shall have: -Shall be either oil free design or suitable for use with approved Lubricants -Air-cooled Multi-stage Type with an intercooler between each stage, A final after cooler and be fitted with an appropriate multi tower air purification/Filtrations system The purifications system shall process air to CGA Grade "E" standards. Specify at time of order an Air Quality test be performed prior to system shipment. A copy of the Air Analysis Report shall be included in the compressor documentation package. - Prime mover shall be; diesel, gasoline or electric as fits the specific operational requirements of the unit employing the compressor for electrical driven compressors that may be employed outdoors, Specify a compressor cabinet that is constructed to protect the compressor system on all sides from inclement weather. The cabinet shall be made of aluminum and include lifting eyes and forklift slots. The lifting eyes shall be a structural component of the skid and shall be able to support the weight of the entire package. - All diving air compressors should have the following basic features: Dry element inlet filter, Moisture separator or air purifications system; Oil pressure gauge; Pressure relief valve for each compressor stage; Low oil pressure shutdown switch; Automatic un-Loaded; Automatic condensate drain capability; discharge check valve; and belt/pulley guards. - All high pressure compressors shall be equipped with: pressure gauge for each stage, after cooler; high temperature shutdown switch, hour-meter and back pressure regulator. - Per genspecs for Naval ships 99AA-AA-SPN-010/Genspec; fittings containing Cadmium (I.E., Plated fittings and bolts) are not authorized in systems where the potential exists for temperatures of 400 degrees F and higher, and may come into contract with petroleum products. All fittings /bolts are stainless or other suitable material and not cadmium. All safety relief valves shall be equipped with a metal tag wired to the valve body indicating the working pressure and test date of said valve. The Quoter is required to submit the following: (X) Price Proposal (X) Descriptive Literature --- The quoter shall submit "Descriptive Literature" as a part of its significant elements such as Design, Materials, Components and Performance characteristics. (X) Proposed Delivery Date (X) Offeror's Representations and Certifications --- shall contain all information regarding Offeror's Representations and Certifications or a validation that System for Award Management (SAM) registration Online Representations and Certifications Application (ORCA) information is up to date and includes all the necessary representations and certifications. Only one (1) original copy shall be submitted. Quotes shall be evaluated in terms of technical acceptability of items quoted 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 quotes being considered non-responsive by the Government. Questions can be addressed by email to Minako Yara no later than 08:00PM, 24 September 2014. Quoters shall submit their response to this RFQ via email to minako.yara.ja@usmc.mil or via fax to 011-81-611-745-0969 no later than 24 September 2014, 08:00 pm. However, quoters 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/M67400/67400-14-T-0253/listing.html)
- Place of Performance
- Address: 3D MARDIV, Camp Schwab, Okinawa, Japan, Japan
- Record
- SN03519405-W 20140921/140919234702-8efc526a73ca0e0a259e06a5d0ce3082 (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 |