Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

51 -- Pistol Grip Drill

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333991 — Power-Driven Handtool Manufacturing
 
Contracting Office
M00146 MARINE CORP AIR STATION CHERRY POINT Supply Directorate Contracting Department Bldg 159 PSC Box 8018 Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014610TP128
 
Response Due
9/2/2010
 
Archive Date
10/2/2010
 
Point of Contact
Angela Little 252-466-4415
 
Small Business Set-Aside
N/A
 
Description
The Fleet Readiness Center East at the Marine Corps Air Station, Cherry Point, NC has requirements for power-driven tools. 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with FAR Part 13, Simplified Acquistion Procedures. Solicitation number M00146-10-T-P128 is hereby issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 and Defense Acquisition Circular 98-118 This acquisition is 100% set-aside for small business. The North American Industry Classification System code 333991 with a standard business size of 500. MINIMUM GOVERNMENT SPECIFICATIONS: This requirement is for 125 pneumatic pistol grip drills with a minimum of 2800 RPM. BRAND NAME OR EQUAL. This is a brand name or equal purchase description. As such, the provision at FAR 52.211-6, Brand Name or Equal (AUG 1999) applies to this RFQ. The brand name, manufacturer, and part numbers/model numbers are set forth in this RFQ along with the salient physical, functional, or performance characteristics that œequal  products must meet. Item 0001: pneumatic pistol grip drills with a minimum of 2800 RPM. Quantity required: 125 Manufacturer: Ingersoll Rand Corporation, cage code 4P412 Manufacturer Part Number: QP301LD. Salient characteristics that œequal  products must meet: oLength in Chuck “ 7.2 inches oFree Speed RPM “ 3000 oChuck Capacity “ 6.35 mm oWeight in Chuck “ 1.54 lbs oStall Torque Nm “ 1.8 oStall Torque in lb “ 16.2 oLength with chuck “ 184 oWeight with chuck “ 0.7 kg oSide to Center Distance “ 15 mm oCFM “ 16 oChuck capacity “ Ό oSide to center distance “ 0.588 inches oVariable speed control oDesign of drill is ergonomically designed to minimize hand fatigue oSpeed range from 500 to 5,100 RPM oMaximum stall torque: 86.4 in.-lb. / 9.8 Nm oMaximum TIR of.005" ensures precision holes for critical applications. oDurability guaranteed when used in extreme environments The delivery requirements are FOB destination and are to be delivered to Marine Corps Air Station, Cherry Point, NC 28533. Delivery required on or before 30 September 2010. Evaluation procedures: Vendors who are submitting offers shall include the following: (1)Technical specifications and capability: Quoter shall provide product literature that shows their item will meet the salient characteristics as set forth in this RFQ. (2)Delivery date: the mandatory delivery date is on or before 30 September 2010. (3)Warranty Information: Quoter shall provide warranty information such as length of warranty and procedures to file claim under warranty coverage (4)Past Performance: Offeror shall submit three past performance references similar to this requirement (not more than 3 years old); (5)Price: All pricing quoted shall be FOB Destination. ADDITIONAL INFORMATION: a.All quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to award without further discussion. b.The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. The basis for award is best value. œBest value  means the expected outcome of the acquisition that, in the Government ™s estimation, provides the greatest overall benefit in response to the requirement. The criteria for evaluation are: (1)Technical specifications and capability (2)Delivery “ On or before 30 September 2010 (3)Warranty Information (4)Past performance (5)Price NOTE: The Government will conduct trade-off between non-price factors and price to determine best value. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First tier Subcontract Awards; FAR 52.211-6 Brand Name or Equal; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.233-2 Service of Protest (filled in as follows: MCAS Cherry Point Contracting Department, Attn: Frances Lear, M00146 MARINE CORP AIR STATION CHERRY POINT Supply Directorate Contracting Department Bldg 159 PSC Box 8018 Cherry Point, NC; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); FAR 52.252-2 Clauses Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate. The following clauses apply under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov.. The following local, Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal (AUG 1999) and DFARS 252.211-7003 Item Identification and Valuation. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. In accordance with FAR 52.212-1, submission of quote shall include the following: (1) Technical: Descriptive literature and/or product information; (2) Past performance: The offeror shall provide three references (not more than 3 years old) that are relevant in scope to this requirement. Include the following information: (a) Contract Number; (b) Dollar Value; (c) Award and Completion Dates; and (d) Agency point of contact information. Offerors with no past performance history will not be evaluated favorably or unfavorably; and (3) Price: All pricing quoted shall be FOB Destination. The basis for award is œbest value . In accordance with FAR 52.212-2, evaluation criteria for award are: (1) Technical aspects and capabilities; (2) Delivery date; (3) Warranty Information; (4) Past Performance and (5) Price. Technical and past performance, when combined, are considered to be significantly more important than price. QUOTER INSTRUCTIONS Quotes shall include: 1.all technical aspects and capabilities 2.delivery date information 3.warranty information, to include claim procedures 4.FOB Destination pricing Submission: Quotes shall be submitted to the Contracting Department no later than (NLT) Thursday, September 2 at 1200 p.m. EST, to be considered for award. Ensuring the Contractor's quotes are received by this office, within the stated timeframe, is the Contractor's responsibility. All responsible sources may submit a response which, if timely received, will be considered. Direct all questions regarding this solicitation to Angela Little, Contract Specialist, Phone 252-466-4415, Fax 252-466-8492, Email angela.f.little@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate, Contracting Department Attn: Angela Little code SUL2S Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM. Contracting Office Address: M00146 MARINE CORP AIR STATION CHERRY POINT Supply Directorate Contracting Department Bldg 159 PSC Box 8018 Cherry Point, NC Point of Contact(s): Angela Little 252-466-4415, email: Angela.f.little@usmc.mil The alternate POC for this RFQ is Frances Lear at (252) 466-3068 or frances.lear@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014610TP128/listing.html)
 
Record
SN02255727-W 20100828/100826235522-12a1e16dfa1b65c65d45743831c5d472 (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.