SOLICITATION NOTICE
J -- Fire Fighting Training Facility Maintenance. - Statement of Work
- Notice Date
- 6/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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-0101
- Archive Date
- 7/7/2016
- Point of Contact
- Izumi Kinjo, Phone: 01181989708538, Jose Gil, Phone: 01181989708694
- E-Mail Address
-
izumi.kinjo.ja@usmc.mil, jose.a.gil@usmc.mil
(izumi.kinjo.ja@usmc.mil, jose.a.gil@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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 an offer. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-16-T-0101 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 2005-88 and Defence Federal Acquisition Regualtions Supplement Publication Notice (DPN) 20160607. The FSC code is J012 and the NAICS code is 811310. In accordance with the attached Statement of Work (SOW), the Government is soliciting quotes for the services for Fire Fighting Training Facility Maintenance. All services, as annotated in the attached Statement of Work (SOW), awarded as a result of this RFQ are expected to commence no later than the date specified in the SOW. The Government intends to issue a single award to the responsible quoter whose quote is the most advantageous to the Government considering Technical Capability, Price and Delivery. Award will be made in aggregate. Therefore, any offer received without all services priced, as annotated in the attached SOW, will be excluded from competition. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the offered services. Therefore, the quoter shall submit all technical information pertaining to their quoted services in order for the Government to determine technical acceptability. All quotes shall be in English language. CLIN 0001: MAINTENANCE AND SERVICING FOR KFT Fire Trainer T-2000 QTY: 1 Service Period of Performance: 1 September 2016 - 30 August 2017 The contractor shall provide all required replacement parts and consumables to perform periodic maintenance and servicing of KFT Fire Trainer T-2000 in accordance with the Statement of Work (SOW) CLIN 0002: MAINTENANCE AND SERVICING FOR KFT Fire Trainer O-100 QTY: 1 Service Period of Performance: 1 September 2016 - 30 August 2017 The contractor shall perform periodic maintenance and servicing of KFT Fire Trainer O-100 in accordance with the Statement of Work (SOW). CLIN 0003: ANNUAL ANCHOR POINT TESTING QTY: 1 Service Period of Performance: 1 September 2016 - 30 August 2017 The contractor shall conduct annual anchor point inspection and testing in accordance with (IAW) 29 Code of Federal Regulations (CFR) 1910.66 Appendices C. The contractor shall provide qualified Engineer and testing equipment to conduct anchor point testing for a total of 37 anchor points throughout the training facility. The contractor shall apply loads as prescribed to the anchor device and measure anchor movements to confirm within manufacturers prescribed limits. Provide a detailed report outlining findings for each anchor point. MCIPAC FESJ will assist by providing ladders, scaffolding, or hoisting equipment to reach anchor points and help with lifting and positioning testing equipment. CLIN 0004: Travel Related Expense Contractor shall submit all related receipts with invoice prior to payment. All other travel expenses not authorized under this CLIN shall not be reimbursed. Per Federal Travel Regulation, airfare for economy class flight is authorized for reimbursement. • AIRFARE: tiny_mce_marker_____ Authorized but not to exceed (receipts are required for payment) Per Federal Travel Regulation, airfare for economy class flight is authorized for reimbursement. • LODGING: (tiny_mce_marker_____ x # of nights) = tiny_mce_marker_____ Authorized but not to exceed (receipts are required for payment) • RENTAL CAR / TRANSPORTATION Authorized but not to exceed (receipts are required for payment) • PER DIEM: (tiny_mce_marker_____ x # of days) = tiny_mce_marker_____ The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014) FAR 52.232-33 Payment by Electronic Funds Transfer (Jul 2013) FAR 52.247-34 F.O.B. Destination (Nov 1991) 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) 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-. 00003)(OCT 2015) DFARS 252.204-7004 Alternate A, System for Award Management (Feb 2014) 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: Radio Frequency Identification (Sep 2011) DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006) DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013) DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997) The following Provision Clauses apply to this RFQ: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2014) Note: Full text of each DFARS clause may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. All clauses referenced can be viewed at the following link: http://farsite.hill.af.mil Please address any questions regarding this requirement by 17 June 2016 @1700 (EST). POC: Izumi Kinjo izumi.kinjo.ja@usmc.mil Secondary POC: SSgt Jose Gil jose.a.gil@usmc.mil Any questions received after the date and time specified will not be answered unless the Contracting Officer determines it is in the best interest of the Government to answer the question(s). Submission of Quotations: Quoters are instructed to submit the following: a) Quote (including DUNS and CAGE) b) Maintenance plan c) Past Performance Information showing experience with annual maintenance and servicing of the Fire Trainers T-2000 and O-100 KFT Fire Trainer or similar Class-B Live Fire Trainers. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-16-T-0101/listing.html)
- Record
- SN04148297-W 20160616/160614234219-ac2f192f18668c5d53f25f1a9035b7cc (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 |