SOLICITATION NOTICE
34 -- Adjustable Racking System
- Notice Date
- 8/26/2008
- Notice Type
- Presolicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Air Station Iwakuni Contracting Office, M62613 MARINE CORPS AIR STATION IWAKUNI CONTRACTING OFFICE PSC 561 Box 1872 FPO AP 96310-0019
- ZIP Code
- 96310-0019
- Solicitation Number
- M6261308T0088
- Response Due
- 9/10/2008
- Archive Date
- 10/10/2008
- Point of Contact
- Takashi KAMIO 011-81-827-79-6875 Takashi KAMIO 011-81-827-6875Hitomi Yamaguchi 011-81-827-4233<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. The solicitation number is M62613-08-T-0088 and this solicitation is issued as a request for quotation (RFQ). The RFQ will also be available on our website http://www.iwakuni.usmc.mil/NewWebsite/AirStation/airstation.html (go to Contracting Office, and choose Solicitations). I. AGENCYS NEEDS:SUPPLIES/SERVICES AND PRICE/COSTS ITEM NOSUPPLIES/SERVICESQTYUNIT0001ADJUSTABLE RACKING SYSTEM w/ STORAGE PALLETS1LotADJUSTABLE RACKS / STORAGE PALLETS FOR BLDG #170, ROOM #102 (STORAGE #2), MCAS IWAKUNI, JAPAN. MUST BE ADJUSTABLE WITH NO DISASSEMBLY. MINIMUM REQUIREMETS: -ADJUSTABLE AND FLEXIBLE RACKING SYSTEM-RACK TYPE 52 IN X 42 IN ADJUSTABLE PALLETS MUST BE ABLE TO SUPPORT STANDARD SHIPPING PALLET (dimension: 48" x 40") OR GREATER -THIS SYSTEM MUST BE ABLE TO HOLD 300 QTY OF ADJUSTABLE PALLETS EACH ADJUSTABLE PALLET MUST BE ABLE TO SUPPORT A MINIMUM OF 2000 LBS PER SQUARE FEET. ADJUSTABLE PALLET MUST HAVE FORKLIFT BLADE POCKETS **** CEILING HEIGHT OF THE ROOM#102:5M (APPROX. 16.4F). THERE IS A NEED FOR A MINIMUM 18 INCHE GAP FROM THE CEILING TO THE RACKING SYSTEM FOR SAFETY REASONS. **** ANY QUOTE MUST TAKE INTO ACCOUNT THE EXISTENCE OF DEHUMIDIFIERS (ON THE FLOOR), LIGHTING FIXTURES (RECESSED TYPE), EMERGENCY LIGHTS (RECESSED TYPE), INSPECTION DOORS (RECESSED DOOR), BUILDING COLMUNS, AND THE MINIMUM REQUIRED GAP FROM THE CEILING FOR THE RACKING SYSTEM. (SEE ATTACHED "RM101R". THIS IS THE EXAMPLE OF AN INSTALLED RACKING SYSTEM.) *****PLEASE PROVIDE PROPOSAL LAYOUT AND RACKING SYSTEM DESCRIPTION. -The Government can assume no obligation for payment of any expense incurred by your firm in the preparation of your quote. ITEM NOSUPPLIES/SERVICESQTYUNIT0002INSTALLATION1LotINSTALLATION FEE FOR ITEM 0001. INSTALLATION BY THE CONTRACTOR AT BLDG #170 ROOM#102 ( STRAGE# 2 ). ITEM NOSUPPLIES/SERVICESQTYUNIT0003ESTIMTED SHIPPING FEE 1LotESTIMATED SHIPPING FEE FOR ITEM 0001. SHIPPING CHARGE SHALL BE QUOTED BEST WAY AND INDICATED ON QUOTE. **** SPECIFICALLY, IF THE VENDER IS QUOTING DOOR TO DOOR SHIPMENT AS BEST WAY, THE PROPOSAL SHALL PROVIDE ESTIMATED COST FOR DELIVERY TO TRACY, CA OR TO THE LOCATION SECIFIED FOR PURPOSE OF COMPARISON. DESCRIPTION/SPECIFICATIONS/WORK STATEMENTS Statement of WorkFor Installation in Room No. 102 (Storage 2) at Bldg No. 170 Adjustable Racking System shall be installed in Room No. 102 (Storage 2) at Bldg No. 170, MCAS Iwakuni, Japan by the contractor. Contractor shall provide all tools necessary to install and assemble the sliding rack system. (GENERAL) 1PROCEDURES FOR INSTALLATION SERVICES PRE-INSTALLATION MEETING: Upon receipt of order, the Contractors Point of Contact (POC) and the installation foreman shall be available, in person, for a Pre-Installation Meeting no less than 48 hours prior to the first of the projected installation dates. During the meeting the installation dates, schedule and process shall be discussed, rules of conduct on MCAS Iwakuni shall be reiterated, and the installation responsibility listed in this Statement of Work shall be reviewed. CONFIGURATION: At the beginning of the installation, the room shall be unoccupied and free of obstacles. POST-INSTALLATION INSPECTION: At the end of installation, the On Site Foreman and the Property Control Officer shall conduct a joint inspection and Related Accessories have been installed. Discrepancies shall be corrected before the Government accepts responsibility for the new adjustable racking. The installation process is considered incomplete until a post-installation inspection is completed by the Property Control Officer or his/her duly authorized representative and found to be acceptable. PHYSICAL SECURITY: Contractor shall ensure that all Government Furnishings shall be secured Bldg No. 170 areas and shall be protected from damage caused during handling to include but not limited to dirt, contaminants, damage caused by tears, rubbing and from outside elements such as moisture and rain.CLEAN UP: The Contractor shall remove all materials and other debris, accumulated from the Room No. 102 (Storage 2), Bldg No. 170 spaces, which is the result of disassembling, loading, and unloading sliding rack system parts. DISPOSAL OF PACKAGING AND OTHER REFUSE: The Contractor must make prior arrangements with the Property Control Officer or his/her duly authorized representative before disposing of any refuse aboard any Government base. Nothing may be placed in any government trash container unless the Contractor has received prior authorization from the Property Control Officer, or his/her duly authorized representative. DELAYS: Any delay to the schedule agreed upon at the Initial Coordination Meeting shall require agreement between the Contractor and Contracting Officer or Property Control Officer, or his/her duly authorized representative. The Contractor shall take every step to avoid foreseeable delays. The Contractor shall notify the Government as soon as a delay to the schedule is anticipated. QUALITY CONTROL: The Contractor is responsible for controlling the quality of services that conform to the contract specifications. QUALITY ASSURANCE: All findings of incomplete or defective performance will be subject to re-performance. All costs associated with rework are the responsibility of the Contractor. When the Contractors overall performance is unsatisfactory, a Discrepancy Report will be issued by the Contracting Officer and the Contractor shall reply in writing, giving the reason(s) for unsatisfactory performance, and identify the corrective actions(s) to be taken to prevent future problems. The Property Control Officer or his/her duly authorized representative will perform all inspections expeditiously to minimize delays in Contractors performance. 2 CONTRACTOR PERSONNEL CONTRACT MANAGER: The Contractor shall provide a Contract Manager as the Primary Point of Contact (POC) who shall be responsible for the performance of work under any resulting contract. This person shall be reachable by both telephone and electronic message, through which all communication shall flow between the Property Control Officer or his/her duly authorized representative and the Contractor. This POC must be able to answer questions pertaining to all aspects of the project order quickly and accurately. ON-SITE FOREMAN: The Contractor shall designate an on-site foreman that shall be present during the entire installation for requirement. That on-site foreman shall be responsible for the conduct of the entire installation crew, and compliance of this Statement of Work. CONTRACTOR EMPLOYEES: The Contractors employees shall present a neat appearance and be easily recognized as Contractor employees. This may be accomplished by wearing distinctive clothing bearing the company name and the employees name or through the wear of contractor identification badges. CONTRACTOR ACCESS TO GOVERNMENT INSTALLATIONS: All access to Government installations shall be coordinated with the Property Control Officer or his/her duly authorized representative. The identity of this individual will be available to the Contractor during the initial coordination meeting. Upon agreement and coordination, keys to the facility may be charged out daily by the Property Control Officer or his/her duly authorized representative to the Contractor. Bldg No. 170 exterior doors are to be secured at the end of each day and keys returned to the Property Control Officer or his/heer duly authorized representative.Note: Third Country Nationals (TCN) will need clearance from MCAS Iwakuni, PMO to work on the installation. If the contractor anticipatges the use of TCNs, provide the names and countries of citisenship of such TCNs to the Contracting Officer as soon as possible to allow timely processing of any needed security checks on these individuals. 3GOVERNMENT FURNISHED PROPERTYUTILITIES: The Government will provide for the use of utilities (i.e. water and electricity) when needed to perform installation. The contractor shall conserve utilities as practical. Lights shall be used only in areas where work is to be performed. Water faucets or valves shall be turned off when not in use. The contractor shall be authorized to recharge batteries for tools used in the performance of requirements. Use of the Government telephones is not authorized except for emergency call. 4OPERATING WORK HOURS The Contractor shall commence set-up and installation during the normal duty hours of 0800 1630, Monday through Friday. In cases where installation is needed outside normal working hours, coordination shall be made with the Property Control Officer, or his/her duly authorized representative. 5PERFORMANCES OF INSTALLATION SERVICES Unless specified differently in the SOW, services will not be accepted on Saturdays, Sundays, or Federal holidays. Government representatives shall sign for inspection and acceptance of all services between 0800 and 1630, Monday through Friday. 6CORRESPONDENCE: Correspondence or inquiries relative to this contract shall be addressed to the following: WRITTEN:Inquiries: Marine Corps Air Station Iwakuni, Japan, Logistics Dept., Contracting Div. PSC 561 Box 1872, FPO AP 96310-0019 TELEPHONE: Inquiries: Commercial telephone number, Direct dial from CONUS is 011-81-827-79-6875/4233 For local calling dial 0827-79-6875/4233, or 0827-21-4171 Ext. 253-6875/4233. FAX Inquiries: Commercial fax number Direct dial from CONUS is 011-81-827-79-6875/4233 For local calling dial 0827-79-4594. 7 SPECIAL CONTRACT REQUIREMENTS DAMAGE TO GOVERNMENT PROPERTY AND FACILITIES: In instances where Government Property or Facilities have been damaged by the Contractor, a full report of the facts and extent of damages shall be submitted to the Property Control Officer or his/her duly authorized representative within 24 hours following the incident. The Property Control Officer or his/her duly authorized representative shall forward the report to the Contracting Officer within 24 hours of receipt. If the Contractor is found to be negligent, the Contractor shall be held responsible for all expenses related to reimburse of all damages to the Government. SECURITY COMPLIANCE TO BASE RULES: All personnel directly employed by the Contractor must obey all applicable base rules to include but not limited to, parking, motor vehicle operation, cell phone use while driving, and conduct. INCLEMENT WEATHER PLAN: The Contractor should develop an inclement weather plan. Routine, non-catastrophic inclement weather should not delay the installation. Routine, non-catastrophic inclement weather is classified as light to moderate rain, extreme heat, and small wind gust of no more than 35 miles an hour. The Contractor shall protect all furniture from damage caused by routine, non-catastrophic inclement weather and by severe inclement weather experienced during installation. SAFETYIt is the Contractors responsibility to ensure the safety of their personnel along with any other personnel who should enter the worksite. Requirements for safety will be strictly adhered to as they pertain to Contractor operations and as required. The following documents are directive in nature the Contractor shall comply with these standards during performance of any services under this agreement:(a)Industrial Safety and Health Law and Related Legislation of Japan(b)United States 29 CFR 1910.29(c) United States 29 CFR 1910.26. 8 LIST OF ATTACHMENT Drawing A: Building #170 Blue PrintDrawing B: Building #170 Room #101 Sample Layout Drawing for referenceDrawing C: Building #170 Room #102 Blue PrintDrawing D: Building #107 Room #102 Request Layout II. SHIPPING: F.O.B DestinationThe destination is Defense Logistics Agency, Defense Distribution Depot, San Joaquin, Tracy Depot, Bldg 30, CCP, 25600 Chrisman Road, Tracy, CA 95376.Final Destination: Marine Corps Air Station Iwakuni, Japan, PSC 561 Box 1872, FPO AP 96310-0019. Installation service should be performed at Marine Corps Air Station Iwakuni, Japan, Bldg. #170, Room #102 (Storage #2), PSC 561 Box 1872, FPO AP 96130-0019.Japanese Address: Marine Corps Air Station Iwakuni, Japan, Bldg #170, Room #102 (Strage #2) Yamaguchi-ken Iwakuni-shi Misumi-cho 2-chome Kanyuchi 740-0025. III. DELIVERY DATE: Desired Delivery Date is no later than 60 days after receipt of order. IV. From the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisitions Regulations Supplement (DFARS), the following provisions and clauses are applicable to this solicitation: FAR 52.204-6, 52.212-1, 52.212-2, 52.212-3, 52.212-5, 52.214-21, 52.225-14, 52.225-17, 52.237-2, 52.252-1, 52.252-2, DFARS 252.222-7006, 252.222-7002, 252.225-7040, 252.225-7041, 252.225-7042, 252.225-7043, 252-233-7001. Full text of these clauses may be found at http://www.arnet.gov/far or http://www.acq.osd.mil/dpap/dars/dfars/index.htm.252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2008)(a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components._X___ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207).(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components.(1) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416).(2) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637).(3) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (APR 2007) (15 U.S.C. 637 note).(4) ____ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582).(5) ____ 252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) (10 U.S.C. 2533a).(6) ____ 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a).(7) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a).(8) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts).(9) ____ 252.225-7021, Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note).(10) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779).(11) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755).(12)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (OCT 2006) of 252.225-7036.(13) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)).(14) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts).(15) ____ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320).(16) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321).(17) ____ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227).(18) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375).(19) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410).(20)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023.(21) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:(1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a).(2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375).(3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).(4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) Quote is due on 15 Sep 2008, 10:00 AM Japan time and may be faxed to 011-81-827-79-4594(Attn: Takashi KAMIO) or mailed to the address: CONTRACTING OFFICE, MARINCE CORPS AIR STATION IWAKUNI, ATTN: TAKASHI KAMIO, PSC 561 BOX 1872 FPO AP 96310-0029, or sent via e-mail to: takashi.kamio.ja@usmc.mil. V. EVALUATION FACTOR: All evaluation factors, Technical Capability (Functionality),delivery and price, are approximately equal. Proposals submitted under this solicitation will be evaluated to determine Best Value to the government. Additionally, Award will be made upon the following criteria provided in accordance with FAR Part 13-106-1:Technical capability (functionality)DeliveryPriceVI. POINTS OF CONTACT: Takashi KAMIO, Contract Assistant, Phone 011-81-827-79-6875, Fax 011-81-827-79-4594, Email: takashi.kamio.ja@usmc.milHitomi Yamaguchi, Contracting Officer, Phone 011-81-827-79-4233, Fax 011-81-827-79-4594, Email: hitomi.yamaguchi.ja@usmc.mil. VII. CAUTION: Because this solicitation will be issued electronically as will any amendments thereto, the Government is unable to maintain a bidders mailing list. It is therefore incumbent upon interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of offers may render your offer nonresponsive and may result in the rejections of the same. All responsible sources may submit an offer which shall be considered.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f4e8fe12d28f602cb53a49657bc249c1&tab=core&_cview=1)
- Record
- SN01650906-W 20080828/080826223952-1ffcaf597ba3114af66e9ae9b8d66025 (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 |