Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

60 -- FIBER SPLICING TRAILER

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Army, CENTCOM - Joint Theater Support Contracting Command, RCC LEATHERNECK, W6GG Ofc Reg Cont Off Eff, Operation Enduring Freedom, APO AE, Non-U.S., 09355, United States
 
ZIP Code
09355
 
Solicitation Number
W5K9FH11T0475
 
Point of Contact
alvaro l pineda, Phone: 7032540477
 
E-Mail Address
alvaro.pineda@afg.usmc.mil
(alvaro.pineda@afg.usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
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; any responsible source may submit a quote. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number W5K9FH11T0475 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and Defense Acquisition Circular 91-13. The NAICS code is 532120. The Government intends to issue a purchase order to the responsible quoter whose quote is the most advantageous to the Government considering price, technical acceptability, and delivery terms. The requirement for the purchase of (2) 6x10 Fiber Splicing Trailer must have the following minimum salient characteristics: Chassis: Aluminum Frame, Electric Brakes and steel wheels Interior: - White Vinyl Walls & Ceiling - 1" EPS Insulation - 3/4" Alum. Faced Plywood Subfloor - Black Coin Floor - R/S Laminate Cabinets - C/S Laminate Cabinets - (2) Cable Access Doors w/ Brushes - (2) Cable Clamps - (1) 30" x 22" Tinted Slider Windows - 13,500 BTU Air Conditioner - 5,200 BTU Electric Wall Heater - 12V Power Roof Vent - CO Detector Hardwired - (2) 12V Dome Lights - (2) 48" Fluourescent Lights - (6) 120V Interior Outlets - (1) 12V Interior Outlet - First Aid Kit - Eye Wash Station - Fire Extinguisher Electrical: - 5.5KW Onan Commercial Diesel Gen - Remote Gen Start/Hour Meter - 18 Gallon Fuel Tank w/ Gauge - Automatic Transfer Switch - 50 Amp Load Center - 60 Amp Converter/Charger - 12V Marine Battery - 12V Cut-Off Switch - 25' Motorbase Shore Cord Exterior: - White FRP Sidewalls - One Piece Aluminum Roof - Cast Aluminum Front Verticals - Arched Walk On Roof - LED Clearance Lights - LED Slimline Tail Lights - 24" ATP Front Stonguard - 12" ATP Side Trim - Exterior Gas Fuel Fill - (1) 24" Entrance Door - Rear Step Bumper - Front & Rear Stabilizer Jacks - Exterior 120V GFI Outlet - Lighted Directional Arrow Board - Roof Mounted Strobe Light - (2) Quartz Flood Lights Warranty: -3year complete coverage Stateside delivery and local delivery is acceptable: Delivery point from local offers is to II MEF (FWD), UNIT 73920, Camp Leatherneck, Afghanistan Delivery point from offers within CONUS is to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376. Evaluation and Contract Award. The Government will award a contract resulting from this RFQ, using Simplified Acquisition Procedures, to the responsible quoter whose offer conforming to the solicitation is the lowest price technically acceptable to the Government. A quote will be determined technically acceptable by evaluating the quoted items and verifying the equipment meets the required specifications. This requirement will be evaluated on a brand name or equal basis. The quoter SHALL propose a responsible delivery time. Quoters offered prices will be determined by multiplying the quantities identified in each CLIN by the proposed unit price for each line item. The price evaluation will document reasonableness and affordability of the proposed total evaluated price. Reasonableness will be determined based on prices submitted by the competition, current market conditions, and comparison to the government estimate. Prices will also be evaluated to determine if they are unbalanced. Quotes received will be evaluated in the following manner: 1. All quotes received will be ranked by price. 2. The lowest priced quote will then be screened for the following: a) All line items requested are included in the quote. b) All line items are technically acceptable (they meet the specifications listed in this RFQ) c) Each line item is priced (unit price and total price) d) Quote includes Delivery timeframe e) The Delivery timeframe is within the period specified in this RFQ. 3. If the quote is acceptable, the Contractor's Past Performance will then be evaluated. If the quote does not comply with the above requirements, it will be discarded, and the next lowest quote will then be screened. 4. Contractor's Past Performance will be evaluated using EPLS and JCCS. A Contractor must not be in EPLS, and not have more than 2 negative Past Performance reports in JCCS. 5. If the Contractor has satisfactory/neutral Past Performance a contract will be awarded. If the Contractor does not have satisfactory Past Performance, the quote will be discarded and steps 2-4 will be repeated with next lowest quote. FAR clauses/provisions applicable to this acquisition: 52.212-1 Instructions to Offerors- Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-3 Offerors Representations and Certifications-Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. 52.222-19 Child Labor - Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Employment Opportunity. 52.222-50 Combating Trafficking in Persons. 52.212-4 Contract Terms and Conditions- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. 52.232-34 Payment by Electronic Funds Transfer - Other Than Central Contractor Registration. 52.233-3 Protest After Award. 52.233-4 Applicable Law for Breach of Contract Claim. DFARS clauses and provisions applicable to this acquisition: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.229-7000 Invoices Exclusive of Taxes or Duties 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7008 Assignment of Claims (Overseas). 252.232-7010 Levies on Contract Payments. 252.233-7001 Choice of Law (Overseas). 252.225-7041 Correspondence in English. 252.246-7003 Notification of Potential Safety Issues. 252.247-7023 Transportation of Supplies by Sea. 252.247-7024 Notification of Transportation of Supplies by Sea. C 3 clauses and provisions applicable to this acquisition: 952.201-0001 Ombudsman. 952.233-0001 C3 Agency Protest Program Contractor Personnel in U.S. Central Command (USCENTCOM) Area of Responsibility (AOR), (Deviation 2007-O0010). NOTE: ALL US GOVERNMENT OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) OR JOINT CONTRACTING AND CONTINGENCY SERVICES (JCCS) BEFORE BEING CONSIDERED FOR AWARD. The following information shall be provided with this quotation: Commercial and government entity code (Cage) if applicable. Taxpayer identification number (Tin) if applicable. Data universal numbering system (Duns) if applicable. Estimated Delivery Date: GSA contract number if applicable. Remit to Address. Quotes shall be e-mailed to alvaro.pineda@afg.usmc.mil. Quote must be received no later than 11 September 2011, 3:00 P.M. Eastern Standard Time(EST).Questions can be addressed by email to alvaro.pineda@afg.usmc.mil no later than 09 September 2011 3:00 P.M. (EST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c57768216010b7dc1de3966e4595bd90)
 
Place of Performance
Address: , United States
 
Record
SN02568724-W 20110910/110909001828-c57768216010b7dc1de3966e4595bd90 (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.