SOLICITATION NOTICE
39 -- Various Warehouse Material
- Notice Date
- 8/14/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Okinawa, Japan,
- ZIP Code
- 00000
- Solicitation Number
- M67400-18-Q-0134
- Response Due
- 8/13/2018
- Archive Date
- 2/9/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- 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. The solicitation number is M67400-18-Q-0134 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-08-13 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The MCIPAC requires the following items, Brand Name or Equal, to the following: LI 001: Industrial Workbench Referenced MFR: Global Industrial or Equal Referenced Part number: WB607962 or Equal -Dimension shall be at minimum 120W inches x 30D inches x 34 1/4H inches (See Attached RFQ) -Shall have a top safety edge. -Shall be constructed of steel. -Shall have cabinet and a minimum of 4 drawer pedestal, 10, EA; LI 002: Cart with Hand Guard Referenced MFR: Little Giant or Equal Referenced Part number: G-2438-9PM or Equal -Dimension shall be at minimum 36L inches x 24W inches x 34H inches -Shall have a minimum weight capacity of 1200lb -Shall have a minimum of 2 shelf -Shall have steel wheel with a minimum diameter of 9inches -The shelf shall be flush (See Attached RFQ), 17, EA; LI 003: Flammable Cabinet 45 Gallons Referenced MFR: Global Industrial or Equal Referenced Part number: WB237288 or Equal -Dimension shall be at minimum 43W inches x 18D inches x 65H inches -Shall have a minimum of 2 adjustable shelves -Shall be a self-close door -Shall have a minimum capacity of 45 gallons (See Attached RFQ), 8, EA; LI 004: Flammable Cabinet 60 Gallons Referenced MFR: Global Industrial or Equal Referenced Part number: WB237289 -Dimension shall be at minimum 34W inches x 34D inches x 65H inches -Shall have a minimum of 2 adjustable shelves -Shall be a self-close door -Shall have a minimum capacity of 60 gallons (See Attached RFQ), 8, EA; LI 005: 6-Drum Spill Containment Referenced MFR: Eagle or Equal Referenced Part number: 1686 Or Equal -Dimension shall be at minimum 77L inches x 51 1/2W inches x 6 1/2H inches -Shall have a minimum capacity of 6 drum -Shall have a minimum capacity of 66 gallons -Shall have a minimum capacity of 8000lb (See Attached RFQ), 8, EA; LI 006: Spill containment Poly Pallet Ramp Referenced MFR: Eagle or Equal Referenced Part number: 1689 or Equal -Dimension shall be at minimum 45 1/2L inches x 32W inches x 3H inches -Shall have a minimum capacity of 1500lb -Shall be able to use with CLIN0005 Spill Containment Pallet (See Attached RFQ), 8, EA; LI 007: Ergonomic Mat Referenced MFR: Apache Mills or Equal Referenced Part number: 905181YB or Equal -Dimension shall be at minimum 50L inches x 36W inches -Shall be pre-cut matt -Shall have a minimum thickness of 15/16 -shall weight at minimum 30lb -Shall be a diamond plate pattern (See Attached RFQ), 30, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCIPAC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. MCIPAC is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination OCONUS which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-18-Q-0134/listing.html)
- Place of Performance
- Address: Special Shipping Instructions.
- Zip Code: -
- Zip Code: -
- Record
- SN05037050-W 20180816/180814231644-9e79299280f96a6d65761a0c25d3bf89 (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 |