SOLICITATION NOTICE
53 -- Can Crusher and Installation - Instruction
- Notice Date
- 8/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
- ZIP Code
- 96379-2000
- Solicitation Number
- M67400-15-T-0137
- Archive Date
- 9/12/2015
- Point of Contact
- Kazuho Tamayose, Phone: 816117458531
- E-Mail Address
-
kazuho.tamayose.ja@usmc.mil
(kazuho.tamayose.ja@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Floor Plan Specs Instruction Combined Synopsis/Solicitation-Supply 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. 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- 15-T-0137 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 2005-76 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20140721. The FSC code is 5340 and the NAICS code is 333999. The Government is soliciting quotes for the purchase of (1 ea) Can Crusher and Installation. The Government intends to issue a single award to the responsible quoter whose quote is the lowest price and technically acceptable. *All quotes shall be submitted in English.* Delivery point from quotes within CONUS is to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376 Container Loads over 10,000 lbs and/or 800 cu.ft., are not to be shipped to any container consolidation points (CCP): it is requested to contact the Marine Corps Air Clearance and Procurement Traffic Section (MC/ACA) at Marine Corps Logistics Base (MCLB) Barstow CA for shipping instruction. Delivery point from quotes within OCONUS is to MCAS Iwakuni, Japan (Building number will be provided upon award) All services/material awarded under this contract are expected to be delivered by 30 November 2015. CLIN 0001 CAN CRUSHER 1 EA CLIN 0002 INSTALLATION 1 JOB See attachment 1 for Instruction See attachment 2 for Specifications See attachment 3 for Floor Plan Approximate : The Contractor's measurements shall be within 1-3 inches (3-8 cm) of approximate measurements given. Measurements that do not say approximate are exact. Measurements that exceed 1-3 inches (3-8 cm) shall be considered alternate offers and will be considered as acceptable or unacceptable on a case-by-case based on whether or not the measurements of the alternate items offered meet the Marine Corps' requirements in terms of room layout/dimensions. All fees associated with shipping and handling shall be included in the cost of the item. Deliverydate: 120 days after award of contract SUBMISSION OF OFFERS The Offeror is required to submit as its offer the following: (X) Price Proposal (X) Descriptive Literature --- The offeror shall submit "Descriptive Literature" as a part of its offer which is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as Design, Materials, Components and Performance characteristics. (X) Proposed Delivery Date (X) Commercial Warranty Terms and Conditions (X) Offeror's Representations and Certifications --- shall contain all information regarding Offeror's Representations and Certifications or a validation that System for Award Management (SAM) registration Online Representations and Certifications Application (ORCA) information is up to date and includes all the necessary representations and certifications. Only one (1) original copy shall be submitted. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The basis of award will be determined by means of an integrated assessment of each quote in terms of Technical Acceptability to the Requirement and Price Information. Award will be made to the responsive offeror whose offer is the lowest price meeting or exceeding the acceptability standards in accordance with the technical specifications in the solicitation. Offeror shall submit technical specification sheets for the items being proposed. i) Technical Acceptability to the Requirement ii) Price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-23 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 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 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.211-7003 Item Identification and Valuation (Dec 2013), DFARS 252.211-7006: Passive Radio Frequency Identification (Sep 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012). DFARS 252.246-7006 : Warranty Tracking of Serialized Items.(Jun 2011) Responsible quoters 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 The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.233-3 Protest After Award (Aug 1996). DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS. Quoters are instructed to include the following in their quote: DUNS number CAGE code TIN Government Rep name, email address Estimate Delivery date Item specs Failure to provide the required information may result in quotes being considered non-responsive by the Government. Questions can be addressed by email to Kazuho Tamayose no later than 16:00 19 Aug 2015. Quoters shall submit their response to this RFQ via email to kazuho.tamayose.ja@usmc.mil or via fax to 011-81-611-745-0959 by the closing date of this solicitation. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT the expiration of this RFQ. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-15-T-0137/listing.html)
- Place of Performance
- Address: Iwakuni, Non-U.S., Japan
- Record
- SN03836858-W 20150815/150813234957-fa2d88d5fcb19dc1f3227a7ec74db269 (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 |