Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

63 -- Runway Markers - Runway Markers

Notice Date
5/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Hawaii Kaneohe Bay, Box 63063, Kaneohe Bay, Hawaii, 96863-3063, United States
 
ZIP Code
96863-3063
 
Solicitation Number
M00318-17-T-0012
 
Archive Date
6/10/2017
 
Point of Contact
ERIK MIYASHIRO, Phone: 8082576830, GySgt Byron F. Moody, Phone: 808-257-0093
 
E-Mail Address
erik.miyashiro@usmc.mil, byron.moody@usmc.mil
(erik.miyashiro@usmc.mil, byron.moody@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This request for quotation is for Runway Closure Marker. This a total small business set aside. The Regional Contracting Office, Marine Corps Base Hawaii (MCBH) is soliciting sources for two Airport Runway Closure Markets based on the folllowing Sailent Characteriistics: Size/Equipment Requirements: Length of folding arms 14 ft. Minimum temperature requirements, operate in -40 degrees F to 130 degrees F, humidity 95%, withstand a minimum of 40 mph, exposure to solar radiation. Performance Standards/Color: Must be portable (towed to and from runway) and quickly set up by one person in under 5 minutes, light source must transmit aviation with color (SAE-AS25050),The arms must make an "X" and painted aviation yellow (No. 13538 per FED-STD-595) on all sides. Continuously run for 24 hours. Lighting must flash at a rate of 2.5 seconds on and off, and switch between day and night intensities. Candela (cd) must be at a minimum during the day of 70,000 at center beam, 13,000 cd at 15 degrees radius, and the minimum night effective intensity must be 2,000 cd at beam center, 970 cd at 10 degrees radius and 370 cd at 15 degrees radius. Minimum 9 lights sources equally spaced, visible from 10 miles from runway under VFR conditions (AC 150/5345-55A). Folding Dimensions: Assembly arms fold to 5'x5" square for transport and storage. Routine service Kit: In order to conduct routine maintenance, the extended service kit is required. This kit includes 4 air filters, 8 oil filters, 8 fuel filters and 2 belts. Size/ Dimensions: In order to transport the Runway Closure Markers, it is needed to have a pintel receiver (RCM-PR) and a pintle hitch 3" (RCM-PH3). Justification: In order to be FAA compliant we must have working Runway Closure Markers and they must meet the specifications listed above per FAA Advisory Circulars 150/5345-53, 150/5340-1, 150-5370-2 and DOT/FAA/CT-TN87/3. This synopsis is prepared in accordance with FAR Part 12 Acquisition of Commercial Items. The provisions and clauses in the Request for Quotations are those in effect through FAC 2005-95. The Request for Quotation (RFQ) number is M00318-17-T-0012. The anticipated contract will be a Firm Fixed Price Contract. This procurement is 100% set-aside for small business concerns. The North American Industry Classification System Code (NAICS) and the small business size standard for this procurement is 334290 and 750 respectively. All contractors must be registered in the System for Award Management database to be eligible for a Department of Defense contract award. All responsible sources may submit a quotation which shall be considered by the agency. The Government will award a single contract resulting from this solicitation 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 the offerors: Award will be made to the lowest priced technically acceptable responsive responsible offeror. Technical acceptability will be determined by comparing the offeror's product to the salient characteristics (Attachment 1) and submittals described in the Addendum to 52.212-1 Instruction to offerors. Offerors shall provide the following with their quote: (1) RFQ - M00318-17-T-0012. (2) A copy of a completed Offeror Representation and Certifications (FAR provision 52.212-3) document. (3) Offeror Information. The RFQ will be available on or around 15 May 2017. Quotations are due no later than 22 May 2017 at 10:00 A.M. Hawarii Standard Time (HST), to be received at the following e-mail address: erik.miyashiro@usmc.mil. Direct all questions or concerns via email to Erik Miyashiro at the email address specified above no later than 18 May 2017 at 2:00 p.m. HST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00318/M00318-17-T-0012/listing.html)
 
Place of Performance
Address: MCBH MALS-24 SUPPLY, FARAH BENZ, MALS-24 SUPPLY SSD, B STREET BLDG 373, KANEOHE BAY, Hawaii, 96863, United States
Zip Code: 96863
 
Record
SN04508355-W 20170517/170515234556-b292ccf157df992a11f4dc6dc5a03ee6 (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.