SOLICITATION NOTICE
35 -- Clipper Vacuum Machine - Coversheet
- Notice Date
- 3/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333993
— Packaging Machinery Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Butler - MCIPAC-MCBB, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
- ZIP Code
- 96379-2000
- Solicitation Number
- M6740018Q0011
- Archive Date
- 4/14/2018
- Point of Contact
- Asami Adaniya, Phone: 3156458619
- E-Mail Address
-
asami.adaniya.ja@usmc.mil
(asami.adaniya.ja@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Coversheet This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. The MCIPAC Regional Contracting Office, Camp Foster, Okinawa, Japan intends to solicit and award a Firm Fixed Price contract for this requirement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The North American Industry Classification System (NAICS) 333993- Food Packaging Machinery Manufacturing. The Government is willing to accept item(s) quoted either "brand name" or "equal". Notes: 1. Quoters shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. 2. Delivery Location: For CONUS vendors: Defense Logistics Agency XU DEF DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 For Local vendors: Camp Kinser, Okinawa, Japan 901-2100 CLIN 0001: Vacuum Clipper Machine Qty: 2EA -Vacuum packaging system -Single Station -Horizontal vacuum nozzle for high volume meat packaging -304 stainless steel construction -Retractable vacuum suction nozzle -Heavy duty 1/2HP large volume vacuum pump -Removable liquids accumulator tank -Adjustable product support table -Air power clipper with minimum 8ft hose -3/8 Quick disconnect coupler -Bag sizes: 6" to 16" flat width -Locking casters on all supports -110V -Max 12SCFM@80psi(5.5bar)@20 cycles/minutes -Dimensions: approx. 34"(L)x22"(W)x58"(H) -12 month warranty on parts and labor -Ref Model: TIPPER TIE CVW AZ2100LM CLIN 0002: Shipping/Handling Qty: 1LOT For CONUS vendors: Defense Logistics Agency XU DEF DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 For Local vendors: Camp Kinser, Okinawa, Japan 901-2100 The following FAR/DFAR Clauses/Provisions apply: 52.204-2 Security Requirements 52.204-7 Central Contractor Registration; 52.204-13 Central Contractor Registration Maintenance 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items 52.212-3(Alt 1) Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; Incorporating - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.247-32 -- F.o.b. -- Origin, Freight Prepaid 52.247-34 F.o.b. Destination; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (Deviation 2015-O0010) 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Export-Controlled Items 252.204-7012 Safeguarding of unclassified controlled technical information 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7991 Representation by Corporations Regarding and Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law- Fiscal Year 2016 Appropriations. 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Fiscal Year 2015 Appropriations. 252.211-7003 Item Identification and Valuation; 252.212-7000 Offerors Representations and Certifications-Commercial Items; 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7041 Correspondence in English 252.229-7000 Invoices Exclusive of Taxes or Duties 252.232-7003 Electronic Submission of Payments Requests; 252.232-7008 Assignment of Claims (Overseas) 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing of Contract Modifications Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications-Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/. The offeror must provide its current/up to date Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register (CCR)/ (SAM) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes (WAWF) as its ONLY authorized method to electronically process vendor requests for payment for the States side vendors. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with cover sheet and all of the above required information (call the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above. (End)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740018Q0011/listing.html)
- Record
- SN04863150-W 20180324/180322230926-95cd32b157e9cfe8bec44bf643a447bb (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 |