SOLICITATION NOTICE
42 -- Purchase of Rope and Sked - Coversheet
- Notice Date
- 8/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies 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-0134
- Archive Date
- 8/25/2016
- Point of Contact
- Izumi Kinjo, Phone: 01181989708538, Michael F. Wensjoe, Phone: 01181989705294
- E-Mail Address
-
izumi.kinjo.ja@usmc.mil, michael.wensjoe@usmc.mil
(izumi.kinjo.ja@usmc.mil, michael.wensjoe@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Coversheet 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 M67400-16-T-0134 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 2005-89 and Defence Federal Acquisition Regualtions Supplement Publication Notice (DPN) 20160630. The FSC code is 4220 and the NAICS code is 339113. The Government intends to make a single award to the responsible quoter whose quote is the most advantageous to the Government considering Technical Acceptability and Price. However, the Government does reserve the right to issue multiple awards if it is deemed in the best interest of the Government. Line item 0001: Rope MFR: PETZL PN: R11183 N (Brand Name or Equal) Qty: 62EA - 11mm x183m spool or 7/16" x 600' spool - black - have a tensile strength of 7000lbs Line item 0002: Sked MFR: JUNKIN PN: JSA-SKED-OD (Brand Name or Equal) Qty: 15EA - O.D. Green in Color - shall be able to be used in both horizontal and vertical extractions - including all hardware associated with extraction. (Straps, Buckles, Horizontal and Vertical Lift Slings, Associated Hardware) This is a "Brand Name" or "Equal" procurement. The referenced brand names are 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' items. Therefore, if "equal" item(s) is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. All supplies, as annotated in the attached item(s) list, awarded under this contract are expected to be delivered 30 days after the award. The Government is requesting F.O.B. Destination shipping, which means shipping charges should be inclusive of the cost of the CLIN. Delivery Locations: Delivery Point from Local Quoters: Camp Foster Bldg. 5666 Chatan-Cho Okinawa, Japan Delivery Point from Quoters within CONUS: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot 25600 Chrisman Road Bldg. 30 CCP Tracy, CA 95376 *All quotes shall be submitted in English.* 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. 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) 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 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Jun 2013) DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997) DFARS 252.204-7004 Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2016-O0001)(OCT 2015) DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations. (DEVIATION 2016-O0002) (OCT 2015) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013) 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 For CONUS quoters: 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. 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 Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the required information and attachment may result in your quote being considered non-responsive by the Government. Please address any questions regarding this requirement by 8 August 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). Quoters shall submit their quotes to via email to izumi.kinjo.ja@usmc.mil or via fax to 011-81-98-970-0959. 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-Far East NLT than 1700 (EST) on 10 August 2016. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-16-T-0134/listing.html)
- Record
- SN04206873-W 20160805/160803234407-ea85388434be951ff798b8e3336440e8 (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 |