Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

39 -- Sorting Line Conveyor with Installation and Training - Attachment 02 - Attachment 03 - Attachment 01

Notice Date
5/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment 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
M67400-17-T-0053
 
Archive Date
6/20/2017
 
Point of Contact
Mayumi Nakai, Phone: 3156458145, Harold Teague, Phone: 01181989708534
 
E-Mail Address
mayumi.nakai.ja@usmc.mil, harold.teague@usmc.mil
(mayumi.nakai.ja@usmc.mil, harold.teague@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Sorting Line Conveyor FEDERAL SUPPLY CODE : 3910 SOLICITATION NUMBER : M67400-17-T-0053 SOLICITATION CLOSES : 05 June 2017 @ 6:00 PM (PST) Point of Contact: Mayumi Nakai PSC 557 Box 2000 FPO AP 96379-2000 Telephone: 011-81-98-970-8145 Fax: 011-81-98-970-0959 Email responses preferred: mayumi.nakai.ja@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. The Regional Contracting Office-MCIPAC intends to solicit and award a Firm Fixed Price contract for this requirement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20151230. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The NAICS code is 333922 and FSC code is 3910. Addendum to 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) This is a commercial item requirement using Simplified Acquisition Procedures under FAR part 12 and 13, respectively. Evaluation will be conducted using simplified procedures in accordance with FAR 13.106. (b) The Government will award to the responsible offeror whose quote, conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes : •1) Quality/technical merit •2) Price •3) Past Performance c) FAR 9.103 requires contracting officers to make a determination of responsibility prior to awarding a contract to a prospective contractor. FAR 9.104 identifies standards for a responsibility determination, which includes determination of satisfactory past performance. For purposes of evaluation and determination of responsibility, and in accordance with FAR 13.106-2(b)(3), this assessment will primarily be conducted through Federal Awardee Performance and Integrity Information System (FAPIIS) / Past Performance Information Retrieval System (PPIRS), but may include other authorized methods described. Past performance, for purposes of this evaluation, will be assessed as 'satisfactory' or 'unsatisfactory' at the discretion of the contracting officer based on the totality of information available. A past performance determination of 'unsatisfactory' will exclude the offer from consideration for award. d) Solicitations for supplies valued less than $1 million will, alternatively, use the past performance evaluation procedures outlined in DFARS 213.106-2 and described in clause 252.213-7000, incorporated herein. e) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, 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. Please see the following for the requirement's details: CLIN 0001: SORTING LINE CONVEYOR 1 Ea CLIN 0001 Please see attachment 1 for details. - All fees associated with shipping door to door shall be included in the cost of the item. CLIN 0002: INSTALLATION, SET UP/TRAINING 1 JOB CLIN 0002 Please see attachement 2 and 3 for details Shipping Address: MCIPAC MCB Butler G-F, Environmental Affairs Br. Solid Waste/Recycling BLDG 2463 Camp Hansen, Kin-Cho, Okinawa, 904-1200 DSN: 645-3139 Notes: Delivery Date 90 ADC. Quoters shall provided product litrature with quote. ************************************************************************************** The following provisions and clauses apply to this acquisition: 52.203-3 Gratuities (Apr 1984) 52.204-2 Security Requirement (Aug 1996), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-7 System for Award Management (Oct 2016) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20 Predecessor of Offeror (July 2016) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under and Federal Law (Feb 2016) 52.212-1 Instructions to Offerors--Commercial Items (Oct 2016) 52.212-2 Evaluation - Commercial Items (Oct 2014) 52.212-3 Offeror Representations and Certifications--Commercial Items (Dec 2016) 52.212-4 Contract Terms and Conditions--Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items(Jan 2017) 52.225-14 Inconsistency Between English Version And Translation OfContract (Feb 2000) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-18 Place of Manufacture (Mar 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Oct 2015) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.233-3 Protest After Award (Aug 1996), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000): If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the Government Fiscal Year Budgetary Exchange Rate of ¥121.83 to a dollar in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. 52.232-1 Payments (Apr 1984), 52.232-8 Discounts for Prompt Payment (Feb 2002), 52.232-23 Assignment of Claims (Jan 1986) 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), 52.233-1 Disputes (Jul 2002), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.243-1 Changes- Fixed Price (Aug 1987), 52.247-34 F.O.B. Destination (Nov 1991), 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7003: Control of Government Personnel Work Product (Apr 1992), 252.204-7004 Alternate A, System Award for Management (Feb 2014), 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016). 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism (Oct 2015) 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations (Deviation 2016-O0002) (Oct 2015). 252.211-7003 Item Unique Identification and Valuation (Dec 2013), 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015). 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7012 Preference For Certain Domestic Commodities (Dec 2016) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), 252.225-7048 Export-Controlled Items (Jun 2013) 252.229-7001 Tax Relief (Sep 2014), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013), 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), 252.232-7010 Levies on Contract Payments (Dec 2006), 252.233-7001 Choice of Law (Overseas)(Jun1997) 252.243-7001 Pricing of Contract Modifications (Dec 2012), 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.246-7006 Warranty Tracking of Serialized Items.(Jun 2011), 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) 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. Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under the resultant contract shall comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/sec508/standards.htm. Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Quoters responding to this announcement shall provide the information required by 252.212-7000 Offeror Representations and Certifications-Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM /. Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. *OVERSEAS SHIPMENTS: This contract is intended for shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading. Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids. Wood packaging materials must be ISPM certified. Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized The quoter shall provide its current up to date Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. Email (preferred) or faxed quotes with cover sheet and all of the above required information (call the P.O.C. before faxing) shall be provided. All quotes shall be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above. Please address any questions regarding this requirement via email to mayumi.nakai.ja@usmc.mil by 19 May 2017 at 6:00 P.M. (PST). Any questions received after the date and time specified will not be answered unless the Contracting Officer determines it is in the best interest of the Government to answer the question(s). (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-17-T-0053/listing.html)
 
Place of Performance
Address: MCIPAC MCB Butler, G-F, Environmental Affairs Br., Solid Waste/Recycling, BLDG 2463 Camp Hansen, Kin-Cho, Okinawa, 904-1200, DSN: 645-3139, Non-U.S., Japan
 
Record
SN04495442-W 20170506/170504234605-e125140f84bf0d2f91433c08d68ac98b (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.