Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOLICITATION NOTICE

65 -- Active Shooter Casualty Response Kits - Package #1

Notice Date
8/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous 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
M67400-18-Q-0113
 
Archive Date
8/24/2018
 
Point of Contact
Calvin D Stigall, Phone: 3156458696
 
E-Mail Address
calvin.stigall@usmc.mil
(calvin.stigall@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Cover Sheet RFQ This procurement is not a small business set-aside. This is an OCONUS requirement: FAR 19.000(b) applies The Regional Contracting Office-MCIPAC intends to solicit and award a Firm Fixed Price contract for this requirement. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-18-Q-0116 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 2005-101 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20180323. The Government will award to the responsible offeror with acceptable past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified. The Government is soliciting quotes for the purchase of Active Shooter Casualty Response kits *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* This is a "Brand Name" procurement. The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. Offerors 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 quotes shall be submitted in English. All materials awarded under this contract are expected to be delivered 30 days after the award. Delivery shall be made via DHL or equal to: Okinawa, Japan 904-0170 Offerors 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: Mass Incident School Response Kit REF MFR: North American Rescue REF PRT NO: 85-0411 U/I: EA Qty: 16 CLIN 0002: Public Access Bleeding Control 5-Pack - Vacuum Sealed REF MFR: North American Rescue REF PRT NO: 80-0573 U/I: EA Qty: 85 CLIN 0003: Individual Aid Kit REF MFR: North American Rescue REF PRT NO: 85-0404 U/I: EA Qty: 10 CLIN 0004: Bleeding Control Skills Training Kit - Advanced with Wound Packing Simulator REF MFR: North American Rescue REF PRT NO: 80-0876 U/I: EA Qty: 3 FAR 52.204-7 System for Award Management, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.211-17 Delivery of Excess Quantities (Sep 1989), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015), FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), 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 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 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), FAR 52.247-34 F.O.B. Destination (Nov 1991), 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 252.211-7006 Passive Radio Frequency Identification. (Jun 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 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012), DFARS 252.246-7006: Warranty Tracking of Serialized Items.(Jun 2011) DFARS 252.247-7023 Transportation of Supplies by Sea-Basic (APR 2014) Responsible offeror must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014). Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/. Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. Offerors 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 calvin.stigall@usmc.mil NLT 1800 EST on 7 Aug 2018. Offerors shall submit their response to this RFQ via email to calvin.stigall@usmc.mil NLT 1800 EST on 9 Aug 2018. Offerors 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/M67400-18-Q-0113/listing.html)
 
Record
SN05015122-W 20180803/180801230803-d0b8af6199147cbbf29f49ad44036b4e (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.