Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOLICITATION NOTICE

51 -- Electrician's Tool Kit

Notice Date
2/24/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406R3016
 
Description
This requirement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 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 Electrician?s Tool Kits. The solicitation number for this requirement is M67854-06-R-3016. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-08. This is an unrestricted procurement. The NAICS Code for this requirement is 332212 with a size standard of 500 employees. The following contract line items (CLINS) apply: CLIN 0001, 27 each Electrician?s Tool Kit with carrying case; CLIN 0002, 333 each Lineman?s Tool Kit with carrying case; CLIN 0003, 100 each Climber?s Tool Kit with carrying case . STATEMENT OF WORK Scope: The following three kits will include all tools listed in their respective paragraphs: The Electrician?s Tool Kit will include all tools listed in paragraph 1.0, The Lineman?s Tool Kit will include all tools listed in paragraph 1.1, and The Climber?s Tool Kit will include all tools listed in paragraph 1.2. The quality of workmanship for the ruggedized carry case will meet or exceed enclosures (cases) typically available commercially and selected in accordance with the salient characteristics and workmanship standards outlined in paragraph 2.0. 1.0 I-Level Electrician?s Tool Kit Contents: The following tools and enclosure will be included: 1 Site Tool Box 48?Wx24?Dx28?H, w/casters. Metal Lockable 1 18 Volt Cordless 5-3/8? Circular Trim Saw, w/Charger, Battery & Case 1 ToolBox Plastic, 3-Tier, V-Groove in lid to hold conduit or pipe for sawing 1 Punch and Die Set, Knockout w/storage case 1 18 Volt ?? Chuck Cordless Drill/Driver/Hammerdrill w/Charger Battery & Case 1 Transport Case, Industrial quality 48?L x 24?W x 22?H 1 Drill set, twist. Fractional sizes, 1/16 to ? in. in 1/64 in. increments. 1 Flat Boring Bit Set, 3/16? to 1-1/2 x 6? Ext. & Roll Pouch 1 Masonry Drill Bit Set, 3/16? to ?? x 6?, w/Roll Pouch 1 Magnetic Bit Set 1 17? Strap Wrench ?? to 2? cap 1 Yoke Vise, Portable Kit 1 18 Volt Cordless, Reciprocating Saw, w/Charger, Battery Case & Blade assortment. 1 18 Volt Cordless Floodlight w/9.6V-18V, 1.5Amp Charger. 1 Hacksaw, Frame; 10-12? 1 Ratcheting Cable Cutter 1-3/16? Capacity. 1 ?? EMT Bender 1 ?? Bender, Conduit 1 ??EMT Bender, ?? Rigid Bender 1 3-Wire Circuit Tester 1 Pocket Fuse Puller 1 Pocket Cable Stripper 1 Cable Ripper 3 Hawk Bill Knife 4-1/2? Pruning Knife 1 1? Wood Chisel 1 8? Divider 1 Tubing Cutter 1 File Handle 1 File; 12? Round 2nd 1 File; 10? Mill Bastard 1 File; 8? ? Round Bastard 1 Government provided equipment (GFE): NSN 6625-01-509-8205, TAMCN H7017, Model: Fluke 189M/AN. Multimeter w/test leads, 850 AC voltage, 1500 DC voltage, 1.5% base accuracy (AC), 0.8% base accuracy (DC), true RMS, variable pitch nalog output & logic function. 1 Digital Clamp-on probe 400 to 1000A max amps, AC current, amp range: 20, 200, 1000A; AC voltage, volt range: 200/750V, 2? jaw capacity, compatible with Multimeter NSN: 6625-01-509-8205, Model: Fluke 189M/AN. 1 Circuit Tester 80 to 600V AC/DC. 3 6? Adjustable Wrench, Cushion Grip 3 12? Adjustable Wrench, Cushion Grip 1 12? Pliers, Tongue-in-Groove, 2-1/4? cap. 1 7? Curve Jaw Plier 1 9? Curve Jaw Plier 1 7? V-Groove Plier 1 9? V-Groove Plier 1 Phase Rotation Meter 20-600 VRMS, 50-400 Hz. 1 Credit Card Digital Multimeter, Auto ranging, Auto power-off, Digital LCD display One-hand use. 1 7pc. Nut Driver Set, Insulated, Bare Socket. 1 17pc. Hex Key Set, L-Style, Short Arm, w/Pouch. 1 6-1/4? Electricians, Scissors w/Stripper. 1 Pad Lock, Keyed, Single Key Opens All Locks, 6 Per Pack. 1 9 in. Level, Magnetic Aluminum Torpedo, Vial Type-45 DEG. 1 Tape measure 1?X 30? 2 100? Steel Fish Tape 3 50? Fish Tape, 3/16? Spiral Wound 4 Lockouts; 1? Hasp 2 Lockouts; 1-1/2? Hasp 1 10 pc. Hex Key Set, T-Handle, 9?L, 3/32? to 3/8? 1 8 pc. Hex Key Set, T-Handle, 9?L, 2mm to 10mm. 1 Utility Knife, Retractable Blade 1 Utility Blade Dispenser, 100 Blades 1 6-in-1 Tapping Tool 3 4? 5/32 Flat Tip, Insulated Screwdriver 3 6? 3/8 Flat Tip, Insulated Screwdriver 1 3? 1P, Insulated Screwdriver 1 4? 2P, Insulated Screwdriver 1 6? 3P Screwdriver 1 Cable Cutter 3 8? Long Nose Pliers w/Cutter 3 9? Side Cutting Pliers 3 Multipurpose Tool Wire Stripper 1 Wire Pull Lubricant, 1qt. 1 7 in. Awl, Scratch, Cushion grip 1 22 pc. Wrench Socket Set, Standard, w/case 3 Wooden Carpenter?s Pencils, 2/pkg 1 Divider Bag, 6 Compartments, Clinch Closure, Canvas Duck. 1 File Card & Brush Combination 1 10? Screwdriver, Flat Tip 3 Tool Carrier Pouch, 1 Tool Drill Holster 3 Leather Belt 3 Tool Pouch Canvas, Lineman?s, Belt Looped 1 20oz. Strt Claw Hammer 1 22oz. Dead-Bio Hammer, Slim Head 3 Safety Goggles, Anti-Fog, Green Lens 2 Double Stepladder, 6? Fiberglass, 300lb. Capacity. 1 Bounce Light, Flourescent, 13W, 50? Cord, Impact Resistant, 110/120V, 0.3 AMP. 1 Flood Light, Single Head, 500W, 4-8? Adj. Tripod, 110/120V, 8 AMP. 1 Electrical Tape, Plastic, 10/pack. 2 100? Extension Cord, 3 Wire, Triple GFCI Outlet. 1.1 Lineman?s Tool Kit Contents: The following tools and enclosure will be included: 1 Tool Box 6 Carrier, Tool Pouch, 6 Tool Belt, Repairman?s polypropylene webbing material; clasp buckle; slide adjuster allows fit up to waist size 48; 2-1/4 in. wide. 6 Stripper, wire hand, pliers type; narrow nose; with coil spring and looping holes. 6 Lineman?s Pliers 6 Needle Nose Pliers 6 Pliers, Diagonal Cutting 6 Channel Locks 6 # 1 Phillips 6 # 2 Phillips 6 # 2 Flat Tip 4 inch. 6 # 2 Flat Tip 6 inch. 6 # 1 Flat Tip 4 inch. 6 25 Ft Tape Measure 6 Protective Glasses 6 Hammer 6 3 Blade Pocket Knife 6 Solenoid Voltage Tester 1 Cordless Drill ? Chuck, 18V 1 Bit Set, Wood Auger 1 Bit Set Drill All Purpose 1 Bit Set Masonary 1 Hex Key Set 1 Driver, Drill Quick Change 1 Government provided equipment (GFE): NSN 6625-01-509-8205, TAMCN H7017, Model: Fluke 189M/AN. Multimeter w/test leads, 850 AC voltage, 1500 DC voltage, 1.5% base accuracy (AC), 0.8% base accuracy (DC), true RMS, variable pitch nalog output & logic function. 1 Digital Clamp-on probe 400 to 1000A max amps, AC current, amp range: 20, 200, 1000A; AC voltage, volt range: 200/750V, 2? jaw capacity, compatible with Multimeter NSN: 6625-01-509-8205, Model: Fluke 189M/AN. 1.2 Climber?s Tool Kit Contents: The following tools and enclosure will be included: 1 Tool Box 4 GAFF Set (Pole and Tree) 4 Safety belt 4 Positioning Strap 2 Canvas Bucket 2 50? Rope F/Bucket 4 Gloves 4 Hard Hats 4 Safety Glasses (Not Goggles) 1 100? Safety/Rescue Rope 2 500 Cap Pulley 1 10? Telescoping Safety Pole W/Hook 1 First Aid Kit 2.0 Ruggedized Carry Case Salient Characteristics: The ruggedized carrying case shall possess capability to keep all tools in an orderly and secure state during storage or transportation. Storage capability construction shall be of a suitable foam type, which is durable, not easily destroyed, and cut to fit each individual tool. Offeror must provide description literature, specifications, and illustration to support technical acceptability. Special attention will be given on using up all available space within the case for tool storage. Overall volume of the case will be evaluated (smaller is desired). SL-3 11058A for NSN: 5180-01-524-7623 illustrates the current acceptable tool layout for this SOW. 2.1 Security: The carrying case will include a locking feature for tool security. The security feature can be either an integrated combination or key lock contained within the case, or the ability to connect a padlock type device to secure the case. The case shall be closed using the butterfly clasps. 2.2 Case Construction/Worksmanship: The quality of workmanship imparted to the tool set and storage enclosure/carry case shall be equal to or exceed what is typically provided to domestically produce commercial products of this type. The complete kit (tools and carry case) presented for acceptance shall have been manufactured with skill and care; shall be uniform, neat, and clean; and shall be free from irregularities and anomalies which degrade form, fit, function, performance or appearance. 2.3 User Interface with Tools: Pliers such as lineman pliers, needle nose pliers, wire cutters, wire strippers and the like grip type tools will be cushion type. Each single pocket or cutout that is intended to hold a tool or component shall be configured to hold the tool snugly and completely. A finger pick relief shall be provided for tools that would otherwise be difficult to remove. 3.0 Ruggedized Carry Case Performance Requirements: 3.1 Crush Resistance: The carrying case, when closed, latched and in its normal resting position shall protect its contents from damage. It shall withstand, without damage or permanent deformation to itself, a load consisting of three other identical fully loaded tool kits (including the tools) stacked on top of it for hours. After the removal of the three other kits, the kit that was on the bottom shall retain its original shape. 3.2 Impact Resistance: When fully loaded, closed, latched and placed in its normal resting position in a room temperature environment, the kit shall withstand impacts from dropped objects. As a minimum, it shall withstand an impact from a steel bar weighing at least three pounds, with a cross section no larger than 3/16 by 1 inch and edge radii no larger than 1/16 inch. This bar shall have been dropped in free fall from a height of 8 feet and shall have landed narrow end down on the lid of the kit. The kit shall absorb the blow (bar impact) without suffering permanent deformation to its general overall configuration. The impact shall not cause penetration of the lid by the steel bar. 3.3 Rain Resistance: When closed and fastened, the kit shall shed rainwater to prevent any water from being accumulated inside the carry case. 3.4 Rough Handling Resistance: A fully loaded kit with tools shall withstand a drop test from a height of 60 inches onto a concrete floor. The kit shall also withstand being rolled over on the floor, 360 degrees, four times, once over each lower edge of the case (when set in the upright position), without displacement of any of the retained tools and without sustaining any deformation or damage to the kit. The rough handling requirement shall be supplemented by the requirement for warranty as stated in the contract. 3.5 Finish: The exterior finish of the carrying case shall be corrosion resistant. The exterior shall have no sharp edges or protrusions. 3.6 Color: The color of the carrying case shall be subdued and either olive drab or black. 3.7 Size: The overall dimensions of the carrying cases for each of the tool kits will not exceed 48? in length by 24? in width by 22? in height. Any case that is smaller than the above dimensions, and can meet the rest of this SOW, will be given better evaluation scores. 3.8 Markings: The enclosure shall have an aluminum name plate with black marking. permanently affixed to the outside of the carrying case. The following information will be included on the name plate: the government contract number, cage code of the manufacture, kit nomenclature and NSN if available. The government representative shall be informed of any kit content substitution as soon as the potential of replacement obsolescence is identified or anticipated. 3.9 Packing Instructions: Each kit should be packed the same and in an orderly fashion. 4.0 Verifications: 4.1 Quality Assurance: Product verification shall be performed in accordance with the following requirements: 4.2 Responsibility for Verification: Unless otherwise specified in the contract, the contractor is responsible for the performance of all verification requirements as specified herein. Except as otherwise specified in the contract, the contractor may use his own or any other facilities suitable for the performance of the verification requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the verifications set forth in the specifications where such verifications are deemed necessary to assure supplies and services conform to prescribed requirements. 4.3 Responsibility for Compliance: All delivered items must meet all requirements of this contract. The absence of any verification requirements shall not relieve the contractor of the responsibility of assuring that all products submitted to the government for acceptance comply with all requirements of the contract. 4.4 Product Examination: Visually and manually examine each of three sample kits per lot to determine conformance with the requirements of 3.1 through 3.10. Visual examination shall include verification of completeness of manufacture and assembly, proper cleaning, and freedom from identified defects. Dimensional examination includes measuring dimensions as specified and weighing the unit. Manual examinations shall include the operation of movable parts by hand to assure proper functioning. Failure of any sample unit to pass any examination shall result in the inspection of each unit of that lot for the failure. Units that fail any examination shall not be offered to the government for acceptance. 4.5 Performance Verification: The performance verification procedures specified in paragraphs 4.1 through 4.10, shall be performed using four units randomly selected from the first month?s delivery quantity. Failure of any of the four units to pass any of these verification procedures shall result in actions necessary to correct the failure, followed by re-performance of all verifications. Only units having incorporated the necessary corrections previously found to be unacceptable during verification assessment shall be offered to the government for acceptance. Necessary corrective actions shall not be construed as an excusable reason for extending delivery dates or restructuring the contract delivery schedule. 4.6 Stack Ability Verification: Four fully loaded kits shall be stacked on top of each other, four high, to verify stack ability. Failure to stack securely, wobbling, or rocking shall constitute failure of this requirement. A fully loaded kit shall be defined as having all the tools annotated in paragraph 1.0 contained inside the carry case. The carrying case, when closed, latched and in its normal storage position shall protect the contents from damage. The case shall withstand, without damage or permanent deformation to itself, a load consisting of three other identical fully loaded tool kits stacked on top of the kit under stackability test for hours. After the removal of the three other kits, the kit that was on the bottom shall retain its original shape. 4.7 Crush Resistance Verification: The four fully loaded chests shall be stacked one upon the other for not less than one hour. Any damage to the kits, permanent deformation, of failure to retain shape shall constitute failure of the requirement (reference paragraph 3.1). 4.8 Impact Resistance Verification: A fully loaded kit shall be inspected for resistance to damage from impacts with sharp falling objects. A steel bar weighing not less than three pounds, with a cross section no larger than 3/16 by 1 inch and with an edge radii no larger than 1/16 inch shall be dropped in free fall from a height of not less than eight feet. The bar shall land narrow end down on the chest. Any damage or effect beyond minor denting of the exterior shall constitute failure of this requirement (reference paragraph 3.2). 4.9 Rain Resistance Verification: Close and fasten one of the kits without the tool load in it. Place the kit in a shower device for five minutes with water flowing directly at the kit from above and from all four sides at a 45 degree angle, in a sprinkle pattern at a rate not less than one gallon per minute, per nozzle, totaling twenty five gallons. At the end of the period turn off the water and towel dry the exterior of the kit. Open the kit and inspect the inside for the accumulation of water. The accumulation of water inside shall constitute failure of this requirement (reference paragraph 3.3). 4.10 Rough Handling Verification: Fully load a kit, close and fasten. Drop the kit from a height of 60 inches onto a hard floor surface. Inspect the case for cracks, breaks, dents or other damage that renders it less usable, including less transportable. Roll the case over on the floor, 360 degrees, so that the case becomes completely inverted, and do so four times, in the four different directions, going over each of the four lower edges. Set the case upright. Open the case. Inspect the tools to assure that all tools are still in their proper storage position. Failure of the case to withstand being dropped without sustaining damage as described above, or failure of the tool organizing liner (foam or pockets) to retain the tools in position shall constitute failure of this requirement (reference paragraph 3.4). 5. Changes to Materials, Processes, or Configuration: The government representative shall be informed of any changes to the materials, processes, or configuration of any characteristic of the units. The government representative shall determine if the reported changes to materials, processes, or configuration shall require the verifications of paragraph 4.1 to 4.10 be repeated. 6. Conformance of Subsequent Production Quality: All products offered for acceptance throughout the life of the contract shall conform to all of the requirements of the contract. The Government reserves the right to re-verify conformance with requirements, at its own facility and at its own expense, at any time during the life of the contact and return to the contractor for warranty replacement such product that does not conform to the specified requirements. DELIVERY/SHIPPING INSTRUCTIONS: Prices shall be FOB destination, delivery to COMMANDING OFFICER, ATTN: COMMANDING OFFICER (CODE 884)(M98307) ATTN: TRADES ATEP GPETE DAN TRUETT, MARINE CORPS LOGISTICS COMMAND, 814 RADFORD BLVD BLDG 2235 , ALBANY GA 31704-1128. Required delivery date is 180 days after contract award for CLIN 0001, CLIN 0002, and CLIN 0003. Inspection and Acceptance for all CLINS shall be Destination. Shipping information to be submitted to MARCORSYSCOM (Code CESS TMDE) at least 20 days prior to start of delivery. PACKAGING AND MARKING REQUIREMENTS: Level of packaging to be COMM ASTM D3951-98, Level of packing to be Commercial. Mark for MR DAN TRUETT, Phone No. 229.639.6399, facsimile 229.639.6013, email malcolm.truett@usmc.mil. EVALUATION PROCEDURES/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 who 1) meets all required technical specifications as determined by an evaluation of documentation submitted with the proposal; and 2) proposes the lowest evaluated price. Information submitted by the offeror must provide a description, to include photographs and/or drawings, in sufficient detail to show that the product offered meets the Government?s requirement and contains all items as described in the statement of work. Submitted information must address each numbered paragraph and subparagraph under Section 3, REQUIREMENTS of the statement of work and affirmatively demonstrate how the offeror?s proposal meets each requirement. Proposal must include a visual representation of the Transport Container and a schematic showing the arrangement of all kit components within the Transport Container. Technical proposals must not exceed 25 pages. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. Offerors are encouraged to use Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a proposal. All qualified responsible business sources may submit a proposal, which shall be considered by the agency. APPLICABLE PROVISIONS AND CLAUSES. Proposals received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Beginning January 1, 2005, the FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. ORCA also allows Government personnel to access your information online, thus eliminating the need for you to submit representations and certifications with each offer. To register in ORCA you will need an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCA?s homepage at http://orca.bpn.gov/help.aspx. Full text of FAR and DFARS provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM, respectively . The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items (Jan 2005), 52.212-3 Offeror Representations and Certifications -Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions - Commercial Items (Sep 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2006)., 52.217-5 Evaluation of Options (Jul 1990), 52.217-7 Option for Increased Quantity ? Separately Priced Line Item (MAR 1989). The Following Clauses incorporated in 52.212-5 are also applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-9, Small Business Subcontracting Plan (Jul 2005), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child labor-Cooperation w/Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999
 
Record
SN00994533-W 20060226/060224212800 (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.