Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SOLICITATION NOTICE

42 -- Mass Decontamination Shower System - Cover sheet

Notice Date
8/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation 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
M67400-17-Q-0101
 
Archive Date
9/1/2017
 
Point of Contact
Minako Kinjo, Phone: 6117457841
 
E-Mail Address
minako.kinjo.ja@usmc.mil
(minako.kinjo.ja@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Cover sheet SUBJECT: Large Capacity Water Decontamination System FEDERAL SUPPLY CODE : 4230 SOLICITATION NUMBER : M67400-17-Q-0101 SOLICITATION CLOSES : 16Aug2017 @ 6:00 PM (PST) Point of Contact: Minako Kinjo PSC 557 Box 2000 FPO AP 96379-2000 Telephone: 011-81-98-970-7841 Fax: 011-81-98-970-0959 Email responses preferred: minako.kinjo.ja@usmc.mil 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 Regional Contracting Office-MCIPAC 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 2005-95 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20161222. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The Government intends to issue a single award to the responsible quoter that meets following factors: Lowest Price Technically Acceptable. 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. Please see the following for the requirement's details: CLIN 0001 Mass Decontamination shower system Require a large capacity water deployment system that can quickly and easily deliver a low pressure, high volume water shower to a large amount of people (mass casualty) as quickly as possible during a HazMat/CBRNE incident. Seeking a collapsible/telescopic arm of a three (3) nozzle system that can connect to a 2.5 inch discharge outlet of a fire hydrant and/or fire pumper type vehicle. The large capacity water deployment system shall include swivel coupling, a 45 and 90 degree coupling, spanner wrench and carrying bag. The system shall be able to connect to any National Hose Thread (NHT) 2.5 inch discharge i.e. fire hydrant, fire engine discharge, fire hose and allow the system to be position level and perpendicular to the ground. System should be constructed of durable materials such as aluminum. Inlet to system shall be a swivel female 2.5 inch NHT to a rigid female 2.5 inch NHT. The telescoping arms will allow for scheduled maintenance and inspection. Carrying case, Stand and one full set of seals should be included for each unit/kit. Ref Manufacture: Recycling Equipment Model#:TRI-1 Qty:8EA Notes: Quoters shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. The delivery location/address is enclosed in the attached Cover Sheet. This is "Brand Name" or "Equal" procurement. The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' items. Therefore, if "equal" item(s) is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. ************************************************************************************** The following provisions and clauses apply to this acquisition: FAR 52.204-2 Security Requirement (Aug 1996), (more thatn $30,000) FAR 52.204-7 System for Award Management, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.211-6 Brand Name or Equal (Aug 1999), 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 52.222-19 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 52.232-1 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 52.233-1 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 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.211-7003 Item Unique Identification and Valuation (Dec 2013), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), DFARS 252.229-7001 Tax Relief (Sep 2014), 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 252.232-7010 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), Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions. Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. *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 The quoter shall 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 System for Award Management (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. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-17-Q-0101/listing.html)
 
Record
SN04619617-W 20170811/170809231702-732239d84dda7ddc5f0b73620dc4c877 (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.