Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

42 -- Climber's Set Tree and Pole Tool Kit

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410R3057
 
Response Due
9/23/2010
 
Archive Date
10/25/2010
 
Point of Contact
Ebony M Guest 703-432-3200
 
E-Mail Address
ebony.guest@usmc.mil
(ebony.guest@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Combines Solicitation and Synopsis Climber s Set Tree and Pole Tool Kits M67854-10-R-3057 This requirement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5 as applicable, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Marine Corps Systems Command has a requirement for Climber s Set Tree and Pole Tool Kits. The solicitation number is M67854-10-R-3057 The provisions and clauses are in effect through Federal Acquisition Circular 2005-38. This is an unrestricted procurement. This combined solicitation/synopsis incorporates the North American Industry Classification System (NAICS) Code for this requirement is 423830 with a size standard of 100 employees. The following Contract Line Item Numbers, with quantities, apply: CLIN 0001 Quantity: 1 kit $_____ (Unit Price)$_______ (Total Price) CLIMBER S SET TREE AND POLE TOOL KIT Climber s set tree and pole tool kit, brand name or equal, in accordance with Table 1 and the Statement of Work (SOW) Terms: FOB Destination, 30 days after contract award Tentative shipment location is: Via FedEx or UPS: DoDAAC: M67854 Marine Corps Systems Command CESS (PG-16), 2201A Willis Street Quantico, Va. 22134-6050 POC: MGySgt Richard Johns 703.432.3264 Inspection & Acceptance: Destination CLIN 0002 Quantity: 24 kit $_____ (Unit Price)$_______ (Total Price) CLIMBER S SET TREE AND POLE TOOL KIT Climber s set tree and pole tool kit, brand name or equal, in accordance with Table 1 and the Statement of Work (SOW) Terms: FOB Destination, 60 days after inspection and acceptance of CLIN 0001 Tentative shipment location is: Maintenance Center Andrew Nelson Attn: TRADES ATEP GPETE BLDG 2235 ALBANY, GA 31704-5000 229-639-7587 Inspection & Acceptance: Destination Optional CLIN 0003 Quantity: 25 kit $_____ (Unit Price) $_____ (Total Price) CLIMBER S SET TREE AND POLE TOOL KIT Climber s set tree and pole tool kit, brand name or equal, in accordance with Table 1 and the Statement of Work (SOW) Terms: FOB Destination, 60 days after date of option exercise Tentative shipment location: TBD at time of option exercise. All delivery locations are expected to be CONUS. Inspection & Acceptance: Destination Optional CLIN 0004 Quantity: 25 kit $_____ (Unit Price) $_____ (Total Price) CLIMBER S SET TREE AND POLE TOOL KIT Climber s set tree and pole tool kit, brand name or equal, in accordance with Table 1 and the Statement of Work (SOW) Terms: FOB Destination, 60 days after date of option exercise Tentative shipment location: TBD at time of option exercise. All delivery locations are expected to be CONUS. Inspection & Acceptance: Destination Optional CLIN 0005 Quantity: 25 kit $_____ (Unit Price) $_____ (Total Price) CLIMBER S SET TREE AND POLE TOOL KIT Climber s set tree and pole tool kit, brand name or equal, in accordance with Table 1 and the Statement of Work (SOW) Terms: FOB Destination, 60 days after date of option exercise Tentative shipment location: TBD at time of option exercise. All delivery locations are expected to be CONUS. Inspection & Acceptance: Destination Optional CLIN 0006 Quantity: 25 kit $_____ (Unit Price) $_____ (Total Price) CLIMBER S SET TREE AND POLE TOOL KIT Climber s set tree and pole tool kit, brand name or equal, in accordance with Table 1 and the Statement of Work (SOW) Terms: FOB Destination, 60 days after date of option exercise Tentative shipment location: TBD at time of option exercise. All delivery locations are expected to be CONUS. Inspection & Acceptance: Destination Table 1 NomenclatureU/IQty GLOVES, MEN S: (Brand name Federal Prison Industries DBA Unicor PN A-A-50021 or equal)PR4 SAFETY GLASSES: (Brand name Erb Safety Visitor's Specs PN ERBS-15654 or equal) PR4 HARD HAT: (Brand name Sellstorm. PN SELL-69000 or equal)EA4 TRAY, NO. 1: (Brand name Black and Company PN BCCL-CH-TR-1 or equal)EA1 GAFF, POLE CLIMBER S: (Brand name Klein Tool PN KLEI-52039/CN1972AR or equal)SE4 GAFF, TREE REPLACEMENT: (Brand name Klein Tool PN KLEI-07 or equal)EA4 TRAY, NO. 2: (Brand name Black and Company PN BCCL-CH-TR-2 or equal)EA1 BODY BELT, LIMEMAN S: (Brand name Klein Tool PN KLEI- 5266N-22D or equal)EA4 STRAP, POSITIONING: (Brand name Klein Tool PN KLEI-52115/KL5295-7L or equal)EA4 TRAY, NO. 3: (Brand name Black and Company PN BCCL-CH-TR-3 or equal)EA1 ROPE: for bucket; 50ft; (Brand name Klein Tool PN KLEI-48030/1803-60 or equal)EA2 ROPE, SAFETY: 100 FT; (Brand name Elk River PN ELKR-24900 or equal)EA1 CARABINEER: (Brand name Elk River PN ELKR-17143 or equal)EA2 PULLEY: (Brand name L3 Service PN ELKR-13820 or equal)EA2 BUCKET, CANVAS: (Brand name Klein Tool PN KLEI-55507/5109 or equal)EA2 KIT, FIRST AID: (Black and Company PN PACK-6084 or equal)EA1 POLE, TELESCOPING: 10 ft; (Brand name Hubbell PN 7777*CHT403-3240 or equal)EA1 CASE, TOOL: includes trays Brand name C. H. Ellis PN 7777*CHEL-CLIMBERS-CASE or equal)EA1 INSTRUCTIONS TO QUOTERS: 1.Format for Quote: Offeror is to include all four parts: PART I: PRICING: The offeror shall provide a price for the line item, to include shipping cost. PART II: Delivery time frame (provide estimated delivery time); partial delivery is not acceptable. Delivery of CLIN 0001, is required no later than 30 days after contract award. Delivery of CLIN 0002 is required no later than 60 days after inspection and acceptance of CLIN 0001. Delivery of Optional CLINS 0003, 0004, 0005 and 0006 quantities will commence within 60 days of respective option exercise. PART III: The name, title, telephone number, fax number and email address of the point of contact. PART IV: The nine-digit Data Universal Number System (DUNS) and the nine-digit Tax Identification Number (TIN). DUNS is used to verify that the vendor is in Central Contractors Registration (CCR) database and is a small business concern under NAICS code 423830. The TIN is necessary for electronic payment. All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the CCR. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Online Certifications and Representations at (ORCA), http://orca.bpn.gov, will also be required. Offerors must be registered prior to receiving an award for this solicitation or for any future awards. Failure to comply with ORCA registration may make a vendor offeror ineligible for award. 2. Product Demonstration Samples (PDSs): If quoting other than the brand name, quoters must submit one (1) sample of the individual tool that is being replaced in the Climber s Set Tree and Pole Tool Kit (Brand name or equal as listed in Tables 1) proposed. Sample tools of the Climber s Set Tree and Pole Tool Kit (Brand name or equal as listed in Tables 1) must be received no later than the quotation due date or the quotation will not be considered for award. THE SUBMISSION OF THESE SAMPLES IS AT THE SOLE EXPENSE OF THE QUOTER. Climber s Set Tree and Pole Tool Kit (Brand name or equal as listed in Tables 1) shall be submitted as follows: Via U.S. Mail: Marine Corps Systems Command Contracts, CESS (PG-16), Code CT0 23 2200 Lester Street Quantico, Va. 22134-6050 Attn: Ebony M. Guest, RFQ M67854-10-Q-3057 Via FedEx or UPS:Marine Corps Systems Command Contracts, CESS (PG-16), Code CT0 23 2201A Willis Street Quantico, Va. 22134-6050 Attn: Ebony M. Guest, RFQ M67854-10-Q-3057 3. Documentation of Offerors Conformance with Evaluation Factors: If quoting other than the brand name, quoters must submit documentation, such as product literature, that demonstrates compliance with the salient characteristics identified in this notice. 4. Submission of Questions and Required Information: Questions regarding subject notice must be submitted to Ebony M Guest at Ebony.Guest@usmc.mil no later than 16 September 2010, 3:00 PM Local Time, for consideration. Questions received after 16 September 2010, 3:00 PM Local Time, may not be entertained. Offerors must submit the Required Information no later than, 23 September 2010, 3:00 PM Local Time. Offers received after 23 September 2010, 3:00 PM Local Time will not be considered for award. Offers that do not include all Required Items may not be considered for award. EVALUATION FACTORS/BASIS FOR AWARD The Government intends to award a Firm-Fixed Price (FFP) contract using FAR 15.101-2, Lowest Price Technically Acceptable. Award will be made to the responsible offeror offering a technically acceptable proposal with the lowest evaluated price. For other than brand name, technically acceptable will be based on evaluation of the product literature and samples submitted by offerors against the salient characteristics noted in Tables 1. Information submitted by the offeror must be compliant with Section Three (3) Requirements of the Statement of Work. A response to each subsection is required in order to determine technical acceptability. Response will be rated as PASS or FAIL. Your proposal must rate PASS for all subsections in order to be rated technically acceptable. The lack of response to any one section will constitute as a FAIL for the section. Broad statements such as We will comply with the Statement of Work are unacceptable and offerors must demonstrate how they will satisfy the requirement in the SOW. See attachment named Evaluation Factor Checklist. The Government intends to evaluate offers and award a contract without discussions. Initial offers should contain the offeror s best terms from a price and technical standpoint. However the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. FEDERAL ACQUISITION REGULATION (FAR) AND DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (DFARS) PROVISIONS AND CLAUSES The following FAR and DFARS provisions and clauses are applicable: 52.202-1 Definitions (July 2004); 52.204-7 Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.211-6 Brand Name or Equal (August 1999); 52.212-1 Instructions to Offerors- Commercial Items (June 2008); 52.212-3 Offerors Representations and Certifications-Commercial Items (August 2009); 52.212-4 Contract Terms and Conditions--Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2010): 52.216-1 Type of Contract (April 1994) ; 52.217-5 Evaluation of Options (July 1990); 52.222-22 Previous Contracts and Compliances; 52.222-26 Equal Opportunity (March 2007); 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.225-18 Place of Manufacture; 52.232-1 Payments; 52.233-2 Service of Protest; 52.233-3 Protest After Award (August 1996); 52.233-4 Applicable Law for Breach of Contract Claim (October 2004); 52.243-1 Changes--Fixed Price (August 1987); 52.244-6 Subcontracts for Commercial Items (January 2010); 52.246-17 Warranty of Supplies of a Noncomplex Name (June 2003); and 52.247-34 F.o.b. Destination. FAR Clause 52.217-7 Options for Increased Quantity-Separately Priced Line Item (March 1989): The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 12 months of contract award for Optional CLIN 0003; within 24 months of contract award for Optional CLIN 0004; within 36 months of contract award for Optional CLIN 0005; and, within 48 months of contract award for Optional CLIN 0006. The following DFARS provisions and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (September 2007); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (January 2009); 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (December 2006); 252.211-7006 Radio Frequency Identification (Feb 2007); 252.212-7000 Offeror Representations and Certifications-Commercial Items (June 2005); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (November 2009); 252.203-7000, 252.225-7008,252.225-7012, 252.225-7015, 252.225-7031, 252.227.7015, 252.227-7037, 252.243-7001, 252.243-7002, and 252.247-7022. The following clauses incorporated in 252.212-7001 are also applicable: 52.203-3, 252.219-7003, 252.225-7001,52.225-7015, 252.226-7001; 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow. You must be registered to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com -MCSC Local 4 USMC Wide Area Work Flow Implementation..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410R3057/listing.html)
 
Record
SN02276642-W 20100912/100910235940-073dc0e394d2abdd68570179b4ff7611 (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  © 1994-2020, Loren Data Corp.