Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2014 FBO #4684
MODIFICATION

42 -- Air Pak X3 SCBA and accessories

Notice Date
9/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
922160 — Fire Protection
 
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-0243
 
Archive Date
10/31/2014
 
Point of Contact
Renee Kale, Phone: 3156457140
 
E-Mail Address
renee.kale@usmc.mil
(renee.kale@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 is a Brand Name Only requirement and the Justification and Approval has been approved and is included as an attachment to this posting. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M67400- 14-T-0243 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) 20140721. This procurement is not a small business set-aside. The FSC code is 4210 and the NAICS code is 922160. Item Unit of Issue QTY CLIN 0001 Air Pack X3 SCBA Each 38 Scotts Part Number X3414022200401 Definition of part numbers: X3 - Scotts SCBA 4 - Model - Air-Pak X3 with SNAP change 1 - Harness - Standard 4 - Pressure - 4500psi 0 - Standard Belt 2 -No FFSR 2 - Ez Flow Regulator with QC 2 - Dual EBSS 0 - No airline option 0 - N/A 4 - SEMS II console 0 - No case 1 - 1 SCBA per package All fees associated with shipping and handling shall be included in the cost of the item. Item Unit of Issue QTY CLIN 0002 AV-3000 Each 5 HT Facepiece (Small) Scotts Part Number 201215-04 Size Small All fees associated with shipping and handling shall be included in the cost of the item. Item Unit of Issue QTY CLIN 0003 AV-3000 Each 30 HT Facepiece (Medium) Scotts Part Number 201215-05 Size Medium All fees associated with shipping and handling shall be included in the cost of the item. Item Unit of Issue QTY CLIN 0004 AV-3000 Each 3 HT Facepiece (Large) Scotts Part Number 201215-06 Size Large All fees associated with shipping and handling shall be included in the cost of the item. Item Unit of Issue QTY CLIN 0005 Snap Each 76 Change SCBA Cylinder 4500PSI Scotts part number 200130-01 Carbon-Fiber 16.6 lb. 60 Min. SNAP-Change Cylinder For use with Scott Air-Pak NxG7 SCBA All fees associated with shipping and handling shall be included in the cost of the item. Item Unit of Issue QTY CLIN 0006 EPIC 3 Each 38 Voice Amplifiers Scotts Part Number 201275-01 All fees associated with shipping and handling shall be included in the cost of the item. The Offeror is required to submit as its proposal the following: (X) Price Quote Please provide one quote that includes door to door shipping and one quote that includes shipping to the Government consolidation point. •1. Offeror shall submit "Descriptive Literature" as a part of its 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, Performance characteristics; and, Methods of manufacture, assembly, construction, or operation. This literature shall include pictures of the items. (X) Commercial Warranty Terms and Conditions (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. Note to Offerors : 1) All and any communications/questions pertaining to this solicitation must be submitted in writing to the responsible Contracting Specialist, Renee Kale, no later than 4 September, 2014 @1:00 PM Japanese Standard Time (JST). If an Offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contract Specialist in writing with supporting rationale. The Offeror is reminded that the Government reserves the right to award this effort based on the initial quote, as received, without discussions. MAIL: Regional Contracting Office Attn: Ms. Renee Kale PSC 557 Box 2000 FPO AP 96373-2000 Hand Carried: Regional Contracting Office Attn: Ms. Renee Kale Bldg #355, MCIPAC Camp Smedley D. Butler, Okinawa, Japan Phone: 011-81-98-970-3132 (from U.S.) / 098-970-3132 (Local) Fax: 011-81-98-970-0969 (from U.S) / 098-970-0969 (Local) Email: renee.kale@usmc.mil 2) Submission of offers: The solicitation must be returned to the address listed above at the date and time specified in block #8, page #1. Offers may be submitted by mail, courier, or facsimile. Facsimile offers are subject to the same rules as paper offers. The Government reserves the right to make award solely on the offers received or enter into "discussions". Offerors bear the burden of ensuring that offers (and any authorized modifications) reach the designated office on time and should allow a reasonable time for facsimile transmissions to be completed. The following additional information MUST be provided with the quote under a separate page on company letterhead. •1. Estimated Weight of item •2. Was item manufactured in USA, if not where? •3. Prompt Payment Terms: •4. Parent Name and Federal Tax I.D. No: •5. Company Federal Tax I.D. No: •6. E-Mail Address for POC: •7. Business Size: •8. Remittance Address: •9. Commercial and Government Entity Code (Cage) •10. Data Universal Numbering System (Duns) •11. Verification Of Company Registration In System for Award Management (SAMs): https://www.fsd.gov/app/sam/ 3) Offers may be submitted electronically (emailed); however, due to government computer firewall security, please be advised that it is the Offeror's responsibility to ensure that the Contracting Office receives all required documents. 4) All pages of the offer must reach the office before the deadline specified on the solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will be marked as late. The Offeror bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and the name of the Contract Specialist on the first page, to ensure proper receipt. 5) Contract Authority: This solicitation is being conducted under FAR subpart 12 and 13.5. 6) System for Award Management (SAM) Additional Information. All DoD Contractors are now required to be registered within the SAM database prior to award, during performance and throughout final payment of any contract resulting from this request for quotation. Offerors may obtain information on registration and annual confirmation requirements by calling 1-312-463-3376 or via the Internet at: https://www.sam.gov. Registration on line will normally take 5 business days vice the standard 30 days processing time required through other methods. 7) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 8) Offered prices shall not include the Consumption Tax in accordance with paragraph c. FAR Clause 52.229-6 entitled, "Taxes - Foreign Fixed - Price Contracts". 9) Offerors shall ensure that all correspondence that is addressed to the United States Government is submitted in English or with an English translation. NOTE: Offeror's expenses incurred as a result of proposal preparation shall not be reimbursed by the U.S. Government. *All quotes shall be submitted in English.* Delivery: All services/material awarded under this contract are expected to be delivered 60 days after the award. Offerors shall indicate in their pricing the delivery point being quoted with their offeror. Offerors may provide quotes for both. 1. Government Consolidated Shipping Point: DEFENSE LOGISTICS AGENCY, DEFENSE DISTRI GOVERNMENT REPRESENTITIVE XU DEF DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 (209)839-4348 2. Door to Door: Marine Corps Air Station Iwakuni 2-chome, Misumi-machi, Iwakuni-shi, Yamaguchi-ken, 740-0025 Attn: CWO3 Nathan Young Name: Aircraft Rescue and Fire Fighting Bldg 5119 Failure to provide the required information may result in quotes being considered non-responsive by the Government. 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. EVALUATION FOR AWARD a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor (1) Technical Capability to the Requirement: Subfactor 1: Product information: Offeror shall submit "Descriptive Literature" as a part of its 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, Performance characteristics; and, Methods of manufacture, assembly, construction, or operation. This literature shall include pictures of the items. Factor (2) Price Technical capability and price are of equal importance. b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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/ Questions can be addressed by email to Renee Kale no later than 1:00 PM, 4 September 2014. Quoters shall submit their response to this RFQ via email to renee.kale@usmc.mil or via fax to 011-81-611-745-0959 by the closing date of this solicitation, 2:00 PM, 24 September 2014 Japan Standard Time. 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/M67400-14-T-0243/listing.html)
 
Record
SN03521204-W 20140921/140920000348-ae281e3337313a6f3a5126a3fc624e9d (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.