Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

93 -- Plastic Target

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326113 — Unlaminated Plastics Film and Sheet (except Packaging) 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
M67400-14-T-0151
 
Archive Date
8/7/2014
 
Point of Contact
Isoko Tomimoto, Phone: 011816117458695, Nathan Mitchaner, Phone: 011-81-611-745-5294
 
E-Mail Address
isoko.tomimoto.ja@usmc.mil, nathan.michaner@usmc.mil
(isoko.tomimoto.ja@usmc.mil, nathan.michaner@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. Therefore, any responsible source may submit a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-14-T-0151 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 2005-74 and DPN 20140528. The FSC code is 9330. The NAICS code is 326113. The Government is soliciting quotes for the purchase of Plastic Target. The Government intends to issue an order to the responsible quoter that meets following factor: Lowest Price Technically Acceptable. The salient physical, functional, or performance characteristics must be met in order for quoted items to be acceptable for award by the Government. It is the quoters responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted items. Therefore, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. *Delivery point from local quotes is to Camp Hansen Bldg 2466, Kin-Cho, Okinawa, JAPAN 904-1200. *Delivery point from quotes within CONUS is to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376. Please see below for the requirement's details: CLIN 0001: Blank Target (QTY: 5,000 EA) Plastic corrugated sheets, Size: 6' x 6' x 4mm thick. Color: Ivory CLIN 0002: Human Silhouette Target, 2 Colors (QTY: 5,000 EA) Plastic Corrugated Human Silhouette Target, Size: 40"H x 20"W x 4mm thick. Color: Center - Olive Drab, 4" of each edge - Brown. CLIN 0003: Human Silhouette Target (QTY: 5,000 EA) Plastic Corrugated Human Silhouette Target, Size: 40"H x 20"W x 4mm thick. Color: Olive Drab *Quoters are instructed to include Estimated Delivery Date, DUNS number, CAGE code, and TAX ID number (if applicable) in a 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 isoko.tomimoto.ja@usmc.mil NLT 3:00 P.M. on 17 July 2014 (PST). *Quoters shall submit their response to this RFQ via email to isoko.tomimoto.ja@usmc.mil or via fax to 011-81-611-745-0959 NLT 3:00 P.M. on 23 July 2014 (PST). Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office, Marine Corps Installation Pacific NLT than the expiration of this RFQ. The following clauses and provisions apply to this acquisition: FAR 52.204-7 System Award for Management (Jul 2013), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013), 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 (Jan 2014), 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 (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000): If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the Government Fiscal Year Budgetary Exchange Rate of ¥103.9439 to a dollar in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), 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 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014), DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.211-7003 Item Unique Identification and Valuation (Dec 2013), DFARS 252.211-7006 Passive Radio Frequency Identification (Sep 2011), DFARS 252.225-7041 Correspondence in English (Jun 1997), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), DFARS 252.229-7000 Tax Relief (Jun 1997), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 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 252.233-7001 Choice of Law (Overseas) (Jun 1997), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991), DFARS 252.246-7006 Warranty Tracking of Serialized Items (Jun 2011). Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (May 2013). Note: Full text of each FAR and DFARS clause may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow. *USMC WIDE AREA WORKFLOW IMPLEMENTATION (March 2008) To implement DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008)", the United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in System for Award Management (SAM) at https://www.sam.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. *OVERSEAS SHIPMENTS: This contract is intended for shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading. Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids. Wood packaging materials must be ISPM certified. Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-14-T-0151/listing.html)
 
Record
SN03423419-W 20140716/140714234937-1cd2b9029af0b018150f45f6f3a16ee9 (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.