Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

99 -- IPS Containers - Limited Sources Justification

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
M0031819Q0039
 
Archive Date
9/28/2019
 
Point of Contact
Raul Porras, Phone: 8082570044
 
E-Mail Address
raul.porras@usmc.mil
(raul.porras@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Limited Sources Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M00318-19-Q-0039 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 and Department of Defense FAR Supplement (DFARS) current to DPN 20190820. The applicable North American Industry Classification System (NAICS) code is 332999 (All Other Miscellaneous Fabricated Metal Product Manufacturing), and the small business size standard is 750 employees. Quotes are being requested for the following: Contract Line Item Number (CLIN): 0001 Description: Trusted Systems GSA Class IPS Container, 28HX27WX45D Quantity (Qty): 9 Unit of Issue (U/I): EA Finish: Grey Delivery Terms: 30 days after the date of contract (ADC); FOB Destination (CLIN): 0002 Description: 19" Roll-out Frame Assy, TSM281 Series, 50" Service Track, 13U, 25"D Qty: 9 U/I: EA Finish: Grey Delivery Terms: 30 days ADC; FOB Destination (CLIN): 0003 Description: Secured Cable Entry Portal for Red/Black Separation Qty: 10 U/I: EA Finish: Grey Delivery Terms: 30 days ADC (CLIN): 0004 Description: Thermostatic Fan Controller, 115V AC Qty: 10 U/I: EA Finish: Grey Delivery Terms: 30 days ADC; FOB Destination (CLIN): 0005 Description: Fixed Shelf for 19" Rack, Telescoping design fits 20-36" deep racks, 100 lb Capacity, 1U Qty: 1 U/I: EA Finish: Grey Delivery Terms: 30 days ADC; FOB Destination (CLIN): 0006 Description: GSA Class 5 IPS Container 52Hx27Wx52D Trusted Systems GSA Class 5 IPS Container, 52Hx27Wx52D, 1,850 lbs empty, X10 lock, forced cooling system, 115VAC, one secured cable portal, Power strip (5 outlet, 15 ft cord, NEMA 5) Qty: 1 U/I: EA Finish: Grey Delivery Terms: 30 days ADC; FOB Destination (CLIN): 0007 Description: 19" Roll-out frame assy, TSM521 Series, 50" Service Tracks, 26U, 29"D Qty: 1 U/I: EA Finish: Grey Delivery Terms: 30 days ADC; FOB Destination All items must be delivered 30 days after contract award to the following address: Distribution Management Office Bldg 209 Attn: MAG-24 Supply Office Marine Corps Base Hawaii Kaneohe Bay, HI 96863 The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Deviation 2018-O0018)(Oct 2018) applies to this acquisition. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The non-cost factors that will be evaluated will be technical and past performance. Technical acceptability will be determined by comparing the characteristics of the proposed item to the salient characteristics listed in the solicitation. Past performance will be determined acceptable if the vendor has a satisfactory record in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)) and if there is no record it will not be counted against the vendor. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition, and the following clauses cited in the clause are aslo applicable: 52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.219-6 - Notice of Total Small Business Set-Aside (Jan 2019) (DEVIATION 2019-O0003) 52.222-3 -- Convict Labor (June 2003) 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies (Jan 2018) 52.222-21 -- Prohibition of Segregated Facilities (Apr 2015) 52.222-26 -- Equal Opportunity (Sep 2016) 52.222-35 -- Equal Opportunity for Veterans (Oct 2015) 52.222-36 -- Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 -- Combating Trafficking in Persons (Jan 2019) 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 -- Payment by Electronic Funds Transfer - System for Award Management (Oct 2018) 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 -- Protest After Award (Aug 1996) 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) The following FAR provisions and clauses apply to this acquisition and solicitation and will be incorporated into the resulting contract: 52.204-7 -- System for Award Management (Oct 2018) 52.204-13 -- System for Award Management Maintenance (Oct 2018) 52.204-16 -- Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 -- Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-24 -- Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) 52.247-34 - F.O.B - Destination (Nov 1991) The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation and will be incorporated into the resulting contract: 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) 252.204-7003 - Control of Government Personnel Work Product (Nov 2011) 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7011-- Alternative Line Item Structure (Oct 2016) 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 -- Item Unique Identification and Valuation (Mar 2016) 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System -- Statistical Reporting in Past Performance Evaluations (Mar 2018) 252.225-7000 -- Buy American--Balance of Payments Program Certificate (Nov 2014) 252.225-7001 -- Buy American and Balance of Payments Program (Dec 2017) 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 -- Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 -- Levies on Contract Payments (Dec 2006) 252.243-7001 - Pricing of Contract Modifications (Dec 1991) 252.244-7000 -- Subcontracts for Commercial Items (Jun 2013) 252.247-7023 -- Transportation of Supplies by Sea (Feb 2019) The full text of the provisions and clauses incorporated here by reference can be found online at http://farsite.hill.af.mil, or by contacting the individual listed on this RFQ. Questions regarding this RFQ must be submitted via email to Sergeant Raul Porras at raul.porras@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 08:00 A.M. (Hawaii Standard Time) on September 13, 2019. Quotations received after the due date and time will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00318/M0031819Q0039/listing.html)
 
Record
SN05437754-W 20190912/190910230900-4517f22a2f42f9d37a8d4d68660c69ee (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  © 1994-2020, Loren Data Corp.