Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2017 FBO #5762
SOLICITATION NOTICE

69 -- RANGE SAFETY AND OPERATIONAL EQUIPMENT - coversheet

Notice Date
8/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous 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
M6740017Q0155
 
Archive Date
9/21/2017
 
Point of Contact
Jordan D. Orellanabuitron, Phone: 3156454637
 
E-Mail Address
Jordan.Orellana@usmc.mil
(Jordan.Orellana@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Complete and submit coversheet along with quote in PDF Format REQUEST FOR QUOTATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This is an OCONUS requirement: FAR 19.000(b) applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20161222. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The Government intends to issue a single award based on lowest priced technically acceptable (LPTA) quote with consideration of acceptable past performance. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* The Government intends on issuing a single order to the quoter that represents the overall best value to the Government. However, the Government does reserve the right to issue multiple awards if it is deemed in the best interest of the Government. This solicitation is for a "Brand Name" and 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" item(s). Therefore, if "equal" items are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide 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. Delivery shall be made to: SW3225 XU DEF DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 Quoters shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. Please see the below for the requirement's details: CLIN 0001: Storage Shelf REFERENCED MFR: Continental Manufacturing Company or equal REFERENCED PART#: 6485OY or Equal Shall have four ventilated shelves Shall have a minimum load capacity of 600lbs Shall be 36in x 18in x 60in (+-1in) Qty: 012 EA CLIN 0002: M4 Training Rifle REFERENCED MFR: Inert Products, LLC or Equal REFERENCED PART#: TA-RWS01 or Equal •· Shall be a replica to the M4 rifle •· Shall be made from urethane or equal •· Color: Black Qty: 006 EA CLIN 0003: Canopy REFERENCED MFR: Caravan Canopy or Equal REFERENCED PART#: 51009/GREEN or Equal •· Shall be 10ft x 10ft •· Shall be water and U. V. resistant •· Shall meet CPAI-84 requirements •· Color: Green Qty: 003 EA CLIN 0004: Staple Gun REFERENCED MFR: Stanley Black & Decker or Equal REFERENCED PART#: TR150 or Equal •· Shall be heavy duty •· Shall use, at minimum, staples size 1/4in, 5/16in, 3/8in, and 1/2in Qty: 020 EA CLIN 0005: AR Cleaner 4oz REFERENCED MFR: Otis Products, Inc. or Equal REFERENCED PART#: IP-904-MSR or Equal •· Shall be able to remove carbon, copper, and lead fouling •· Shall be safe on all gun metals Qty: 080 EA CLIN 0006: Shot Timer REFERENCED MFR: Competition Electronics or Equal REFERENCED PART#: POCKET PRO II or Equal •· Shall have an audible buzzer through ear protection •· Shall have a screen display •· Shall have a belt clip •· Shall have a minimun battery life of 19 hrs •· Shall measure shot intervals •· Shall have a shot capacity of 99 shots Qty: 004 EA CLIN 0007: Eye Protection FERENCED MFR: Wiley X or Equal REFERENCED PART#: SSREV8 or Equal •· Shall meet or exceed ANSI/ISEA Z87.1-2010 standard •· Frame Color: Black •· Lense Color: Smoke/Grey Qty: 100 EA CLIN 0008: Filtered Ear Plugs FERENCED MFR: Surefire or Equal REFERENCED PART#: EP3-LPR or Equal •· Shall be double flanged •· Shall come in pairs •· Size: Large Qty: 100 EA CLIN 0009: Filtered Ear Plugs FERENCED MFR: Surefire or Equal REFERENCED PART#: EP3-MPR or Equal •· Shall be double flanged •· Shall come in pairs •· Size: Medium Qty: 100 EA CLIN 0010: M9 Training Pistol FERENCED MFR: Cold Steel or Equal REFERENCED PART#: CS-92RGB92Z or Equal •· Shall be a replica to the M9 service pistol •· Shall be hard enough for holster techniques •· Shall be soft enough for hand-to-hand striking techniques Qty: 010 EA CLIN 0011: Supreme Pro X Headphones FERENCED MFR: MSA Safety Works or Equal REFERENCED PART#: 10082166 or Equal •· Shall be over the ear •· Shall be low profile •· Shall amplify low level sounds to allow a conversation when shots are being fired •· Shall be battery powered •· Shall be water resistant •· Shall have a noise reduction rating (NNR) of at least 18 db •· Shall have a neckband •· Shall have gel cushion pads for prolonged wear Qty: 020 EA CLIN 0012: Weather Meter FERENCED MFR: Kestrel or Equal REFERENCED PART#: 227467TAN 5500 Series or Equal •· Shall be able to show heading (true/magnetic) •· Shall be able to measure altitude •· Shall be able to measure trend •· Shall be able to measure barometric pressure •· Shall show relative humidity in a percentage •· Shall display heat stress index •· Shall be able to measure dewpoint •· Shall be able to measure temperature in Fehrenheight and Celcius •· Shall be able to measure wind velocity •· Shall display Date and Time •· Shall be able to log in data •· Shall be dust/water proof •· Shall be compliant with MIL-STD-810G standards •· Shall be sealed to IP67 standards •· Shall float when in water •· Shall have a backlit screen display •· Shall be battery operated Qty: 004 EA CLIN 0013: Over the Ear Protection FERENCED MFR: Peltor or Equal REFERENCED PART#: H6BV or Equal •· Shall be over the ear •· Shall have a low profile neckband Qty: 100 EA The following FAR clauses and provisions apply: FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.204-2 Security Requirements (Aug. 1996) FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.209-6 Protecting the Government's Interest When Su bcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.212-4 Contract Terms and conditions - Commercial Items (Jan 2017 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jan 2017) FAR 52.222-14 Dispute Concerning Labor Standards (Feb 1988) FAR 52.223-18 Encouraging contractor Policies to Ban Text messaging While Driving (Aug 2011) 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 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014), DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001), DFARS 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)(OCT 2015). DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.211-7003 Item Unique Identification and Valuation (Mar 2016) DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (JUN 2015), 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 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012), Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014). Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/ Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to Jordan.Orellana@usmc.mil NLT 1630 EST on 5 Sep 2017. Quoters shall submit their response to this RFQ via email to Jordan.Orellana@usmc.mil NLT 1630 EST on 6 Sep 2017. 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 then the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740017Q0155/listing.html)
 
Place of Performance
Address: Okinawa, Japan, Okinawa, Japan
 
Record
SN04655664-W 20170902/170831232441-144749b1e2defa66cd69c4cfd198e77b (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.