Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

36 -- Engine exhaust removal system.

Notice Date
9/8/2008
 
Notice Type
Presolicitation
 
NAICS
336399 — All Other Motor Vehicle Parts 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 MCAS Iwakuni FPO,
 
ZIP Code
00000
 
Solicitation Number
M6261308T0108
 
Response Due
9/23/2008
 
Archive Date
10/23/2008
 
Point of Contact
Maekawa Jiro: Contract Specialist 011-81-827-79-6142 Maekawa Jiro, Contract Specialist, Phone 011-81-827-79-6142, Fax 011-81-827-79-4594, Hitomi Yamaguchi, Contracting Officer, Phone 011-81-827-79-4233, Fax 011-81-827-79-4594
 
E-Mail Address
jiro.maekawa.ja@usmc.mil., hitomi.yamaguchi.ja@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation issued on a "Brand Name or Equal" basis for commercial items. 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-0108 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 (click Organizations, Station, Contracting Office under Logistics, and then solicitations), "M62613-08-T-0108 for Procurement for Engine Exhaust Removal System" 1. THE AGENCY'S NEEDS:Item# 0001: Engine Exhaust Removal System, Qty: 8 EachDescription: Hoseless Exhaust Removal System with a three phase 208 voltelectric motor.Mfr.: Air Vacuum Corporation. Mfr. P/N: Air VAC-911, or equal.The systems will be installed on the ceiling of the fire building for the fire vehicle port at MCAS Iwakuni, Japan. See attached Bold Layout Pattern. The bolt layout pattern is already pre-designed. Applying other layout pattern is not acceptable. Item# 0002: Filtration Pack, Qty: 8 EachDescription: "Four Stage Filtration Pack - Main Filters" that will clean the air of hazardousfumes. Mfr.: Air Vaccum Corporation. For Mfr. P/N: Air VAC-911, or equal. Item# 0003: Filter Gauge, Qty: 1 EachDescription: A Filter Gauge showing the quality of air leaving the system and when thefilter needs to be changed. Mfr.: Air Vacuum Corporation. For Mfr. P/N: Air VAC-911, or equal. Item# 0004: Control Panel, Qty: 1 EachDescription: A (UL 508A)Control panel that has a multi-circuit automatic reset timercontrol, two circuit configurations rated at 20 amps per timing range of.1to 120 min. enclosed within a NEMA-4 rated enclosure, manual three positionswitch for: auto mode, system off system run override with a LED "Operating"light.Mfr.: Air Vacuum Corporation. Mfr. P/N: AVEC-3P-2C, or equal. Item# 0005: Activation Package, Qty: 2 EachDescription: A photo electric eye that activates the system upon vehicle movement(out door ranges of up to 200ft) and magnetic door switches (one peroverhead door). Mfr.: Air Vacuum Corporation. Mfr. P/N: PD030TK 200', or equal. Item# 0006: Roll Up Door Switch, Qty: 8 EachDescription: A drum style roll up door switch that opens the door and isactivated by the photo electric eye. Mfr.: Air Vacuum Corporation. Mfr. P/N: N505-ASCD41/ST, or equal. Item# 0007: Prefilters, Qty: 36 EachDescription: Prefilters, 24" X 24" X 1", 3-PLY Polyester construction. Two layersof 16/40 dual denier poly fibers with a final dust catching adhesive layer.Self-sealing filter with pre installed internal heavy gage wire frame. Mfr.: Air Vacuum Corporation. Mfr. For P/N: Air VAC-911, equal. 2. SHIPPING: The items will be delivered to Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30, CCP, 25600 Chrisman Road, Tracy CA 95376 3. DESIRED DELIVERY DATE: Within 30 days after the date of order.4. 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, 52.252-1, 52.252-2, and DFARS 252.225-7041, 252.225-7043. 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. 52.211-6 Brand Name or Equal. (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (APR 2007)(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) _X 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582).(5) _X 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007) (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 (MAR 2007) (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 23 Sep, 15:00 PM Japan time and may be faxed to 011-81-827-79-4594(Attn: Maekawa Jiro) or mailed to the address: Contracting Office, Marine Corps Air Station Iwakuni, Attn: Maekawa Jiro, PSC 561 BOX 1872 FPO AP 96310-0029, or sent via e-mail to: jiro.maekawa.ja@usmc.mil. 6. EVALUATION FACTOR: Award will be made to the lowest-priced technically acceptable quote. 7. POINTS OF CONTACT: Maekawa Jiro, Contract Specialist, Phone 011-81-827-79-6142, Fax 011-81-827-79-4594, Email: jiro.maekawa.ja@usmc.mil. Hitomi Yamaguchi, Contracting Officer, Phone 011-81-827-79-4233, Fax 011-81-827-79-4594, Email: hitomi.yamaguchi.ja@usmc.mil. 8. 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 rejection 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=a18f46bc258d1db706a6599a416b843f&tab=core&_cview=1)
 
Record
SN01663762-W 20080910/080908222652-404bae80ddd04f907893b0a60e5f4d67 (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.