Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2018 FBO #6027
SOLICITATION NOTICE

93 -- All Weather Targets - Coversheet

Notice Date
5/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326113 — Unlaminated Plastics Film and Sheet (except Packaging) Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - MCIPAC-MCBB, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-18-Q-0073
 
Archive Date
6/15/2018
 
Point of Contact
Izumi Kinjo, Phone: 01181989708538
 
E-Mail Address
izumi.kinjo.ja@usmc.mil
(izumi.kinjo.ja@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Coversheet 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. 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 M67400-18-Q-0073 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 2005-97. The FSC code is 9330 and the NAICS code is 326113. The Government intends to issue a single award to the responsible offeror that meets following factors: Price, Technical Acceptability and Past Performance. The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. CLIN 0001: ALL WEATHER ABLE BULLSEYE TARGET QTY: 600EA WHITE CORRUGATED PLASTIC-ALL WEATHER ABLE BULLSEYE TARGET 6'x6' 12" DIAMETER BLACK BULLSEYE. CLIN 0002: ALL WEATHER B-MODIFIED TARGET QTY: 600EA WHITE CORRUGATED PLASTIC-ALL WEATHER B-MODIFIED TARGET 6'x6' RESEMBLES MAN STANDING FROM 500 FT AWAY. CLIN 0003: ALL WEATHER DOG TARGET QTY: 600EA WHITE CORRUGATED PLASTIC-ALL WEATHER DOG TARGET 6'x6' BULLSEYE MAN PRONE FACING YOU. Notes: 1. Offeror shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. The delivery location/address is enclosed in the attached Cover Sheet. 2. 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 offeror's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' items. Therefore, if "equal" item(s) is quoted, the offeror shall submit all technical specifications for the Government to review in order to determine technical acceptability. ************************************************************************************** The following clauses and provisions apply to this acquisition: FAR 52.204-2 Security Requirement (Aug 1996), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.211-6 Brand name or equal (AUG 1999) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017), FAR 52.212-2 Evaluation-Commercial Items (Oct 2014), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017), FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Oct 2016), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), 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 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001), DFAR 252.225-7041 Correspondence in English (Jun 1997), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Jun 2015), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991), Responsible offerors 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. Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Offerors 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 offeror 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 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. *Questions must be addressed to Izumi Kinjo via email: izumi.kinjo.ja@usmc.mil by 24 May 2018, 17:00 (EST). 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/M67400-18-Q-0073/listing.html)
 
Record
SN04933284-W 20180525/180523231247-c271922fe80db1e6a94bd25575972b0b (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.