Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2016 FBO #5174
SOLICITATION NOTICE

49 -- PRESSURE WASHERS - RFQ

Notice Date
1/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor 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
M67400-16-T-0031
 
Archive Date
2/12/2016
 
Point of Contact
Cassandra M. Garcia, Phone: 3126458697
 
E-Mail Address
cassandra.garcia@usmc.mil
(cassandra.garcia@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DOOR TO DOOR SHIPPING COVERSHEET REQUEST FOR QUOTE Solicitation number M67400-16-T-0031 applies and is issued as a Request for Quotation (RFQ). The Government intends on issuing a single order to the quoter whose quote is most advantageous. All quotes will be evaluated based on lowest price technically acceptable. The Government is requesting quotes for the purchase of ten Pressure Washers and three Accessory Kits. The FSC code is 4940 and the NAICS code is 333912. This is a "Brand Name" or "Equal" procurement. The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' item. Therefore, if an "equal" item is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Quoters shall completely fill out the attached coversheet and return it along with your quote. Failure to provide the technical specifications for the "equal" item or the required coversheet may result in your quote being considered non-responsive by the Government. All materials awarded under this contract are expected to be delivered 30 days after the award. The Government is requesting Door to Door Shipping F.O.B. Destination, which means that all shipping costs should be inclusive of the total quoted amount. Delivery point: Unit 38416 CLR-3 3RD MLG Bldg. 5634, Camp Foster Kin Cho, Okinawa, Japan 904-1200 Questions regarding this requirement must be submitted to cassandra.garcia@usmc.mil NLT 1600 JST on 26 Jan 2016. Quoters shall submit their response to this RFQ via email to cassandra.garcia@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 28 Jan 2016. CLIN 0001: PRESSURE WASHER REFERENCED MFR: ALKOTA CLEANING SYSTEMS REFERENCED PART#: PC4035HBXX OR EQUAL - Shall be Portable - Type: Cold Water - Trigger Control Gun - Engine Type: Gasoline - Starter Type: Recoil Start - Water Pump: Belt Driven Plunger Pump - Minimum Engine Horsepower (HP): 13 HP - Safety Standard: Shall be UL 1776 Certified - Minimum Gallons per Minute Flow: 4 GPM - Wand: 36" Straight Wand with Quick Disconnect (QD) - Minimum Pressure per Square Inch Required: 3000 PSI - Minimum Hose Length: 50ft with 4000 PSI Wire that has 3/8" Interior Diameter (ID) and Quick Disconnect Fittings Qty: 010 ea. CLIN 0002: PRESSURE WASHER ACCESSORIES REFERENCED MFR: ALKOTA CLEANING SYSTEMS -At a Minimum Shall Include:  3/8" O RINGS 25 per package Quantity 001ea (Example WO2-00067-C1)  1/4" O RINGS 25 per package Quantity 002ea (Example WO2-00063-C1)  5000 PSI SPRAY FLEX WAND Quantity 004ea (Example JA6-00135)  FPT 1/4" PLUGS (NIPPLES) Quantity 020ea (Example WO4-23225BC)  MPT 1/4" CONNECT SOCKET (COUPLERS) Quantity 004ea (Example WO4-23125-A-at the guns)  12" NON-INSULATED MPT/MPT LANCES Quantity 012ea (Example JO6-00179)  90 DEGREE FPT/FPT ELBOWS Quantity 004ea (Example EO8-00005-5)  FPT/FPT LANCE NOZZLE COUPLERS Quantity 008ea (Example JA6-00165)  25 DEGREE NOZZLE MPT (SIZE 4.0) Quantity 012ea (Example J00-25040-1)  0 DEGREE NOZZLE S MPT (SIZE 4.0) Quantity 004ea (J00-00040-1) Qty: 003 ea. The following provisions and clauses apply to this acquisition: FAR 52.204-2 Security Requirements, FAR 52.204-3 Taxpayer Identification, FAR 52.204-6 Data Universal Numbering System Number, FAR 52.204-7 Central Contractor Registration, FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontractor Awards, FAR 52.204-12 Data Universal Numbering System Number Maintenance, FAR 52.204-13 System for Award Management Maintenance, FAR 52.211-6 Brand Name or Equal, FAR 52.211-17 Delivery of Excess Quantities, FAR 52.212-1 Instruction to Offeror-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offer Representation and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, FAR 52.219-1 Small Business Program Representations Alternate I, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Representations, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.223-15 Energy Efficiency in Energy- Consuming Products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-1 Payments, FAR 52.232-8 Discounts for Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.247-34 F.O.B. Destination DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7003 Control of Government Personal Work Product, DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)(OCT 2015), DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015), DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.211-7006: Radio Frequency Identification, DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, and DFARS 252.243-7001 Pricing of Contract Modifications. Responsible Quoters must be active in the System for Award Management in accordance with DFARS 252.204-7004 Alternate A, and DFARS 252.232-7006 Wide Area Work Flow Payment Instructions. Note: Full text of each FAR and DFARS clause may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area WorkFlow (WAWF-iRAPT) for CONUS quotes. PACKAGING - FOR SHIPPING METHOD OVERVIEW Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids Wood packaging materials must be ISPM certified Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized OVERSEAS SHIPMENTS: This contract is intended for shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading. WOOD PACKAGING MATERIAL: United States Transportation Command (USTRANSCOM) and Government of Japan regulations require that all wooden packaging material must be treated and certified according to International Standards for Phytosanitary Measures Number 15 (ISPM no. 15). All types of wood packaging must be heat treated or fumigated and marked with the international approved logo, which can be found at the link: http://www.pps.go.jp/konpozai/pamp/e_pamp.pdf. Wood packaging material without this mark (Annex II, ISPM NO.15), will be inspected at ports of entry by plant quarantine officers for confirmation of compliance with the regulation. Items not properly marked, or that are not in compliance with regulations, will be rejected at port of embarkation. The vendor shall be responsible for return shipping costs for those shipments that do not comply with the specified packing regulations. Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the MCIPAC Regional Contracting Office NLT then the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-16-T-0031/listing.html)
 
Record
SN03997047-W 20160123/160121234042-b2d0892de94c6bd0e301af27b8d1ec4d (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.