SOLICITATION NOTICE
42 -- MCAS YUMA EMERGENCY EXTRICATION EQUIPMENT
- Notice Date
- 1/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- M62974 MARINE CORPS AIR STATION YUMA - CONTRACTING OFFICE YUMA, AZ
- ZIP Code
- 00000
- Solicitation Number
- M6297412T5000
- Response Due
- 1/30/2012
- Archive Date
- 2/14/2012
- Point of Contact
- CATHERINE FRASER-WELLS 928-269-3646
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 and the Defense Federal Acquisition Supplement, current to DPN 20111220. Where the Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effects Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. The attached solicitation M62974-12-T-5000 is hereby issued as a Request for Quotation (RFQ) as a total Small Business Set Aside. The NAICS classification code is 423850 and small business size standard is 100 employees. All responses to this RFQ are due by 30 January 2012, 10:00 am Arizona time. Late offers/ responses will not be considered. The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation will be most advantageous to the Government. Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications Commercial Items with their quotation. Additionally, the quoter is required to provide their Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Quoters must be registered in the Central Contractor Registration (CCR) to be eligible for award. For information on registering with the CCR, visit www.ccr.gov. Quoters are advised that they are responsible for ensuring their quotations have been received prior to the expiration date and time of this solicitation. Any quotations received later than the closing date and time or with missing information requested in this solicitation, will not be considered for award and will be considered as non-responsive. The Contractor receiving the award will be required to utilize the Wide-Area Work Flow (WAWF) for invoicing and can self-register at https://wawf.eb.mil. The MARINE CORP AIR STATION (MCAS) YUMA, AZ, HAS A REQUIRETMENT FOR: Line Item 0001: Edraulic Spreader To include (1) Charger and (2) Batteries, Constructed Of Anti-Corrosive Aluminum Alloy, High Impact Non-Metallic Housing, Spreading Force Up To 25,000 Lbs, Max Spreading Distance 23.8 in, Pressure Relief Valve With Dual Pilot Check Valve, Mfr: Hurst Model #Sp300e P/N: 271050000 Or Equal Quantity: 1 Ea. Line Item: 0002 Edraulic Cutter To Include (1) Charger and (2) Batteries, Electro-Hydraulic Device, Does Not Need External Hydraulic Source, Constructed Of Anti-Corrosive Aluminum Alloy, High Impact Non-Metallic Housing Cutting Opening At Tips 5.9 inch, Cast Dropped Forged Steel Blades with Regrind Capabilities, Removable Blades With Rubber Booted Safety Hand Guards, Cuts Up To 1.3 inch Diameter Round Stock Steel, Dual Pilot Check Valve and Pressure Relief Valve, Thumb Pressure Relief Safety Shut Off, Max Operating Pressure:10,200 PSI, 24 V Power Supply, Nfpa 1936; 2010 Edition Certified/Labeled, Cutting Classification: A7/B8/C6/D7/E7, Mfr: Hurst Model #: S311e P/N: 27209000 or equal Quantity: 1 Ea. Line Item 0003: Edraulic Ram To Include (1) Charger and (2) Batteries, Electro-Hydraulic Device, Does Not Need External Hydraulic Source, Constructed Of Anti-Corrosive, Aluminum Alloy, High Impact Non-Metallic Housing, Equipped With Lights, Ram Extension Up To 35 inches, Retracted Length No Less Than 21 inches, Compression Force Up To 23,156 Lbs., To Include Optional Extension Of Rescue Cylinder, Max Extended Length With Extension Up To 47.2 inches, Dual Pilot Check Valve and Pressure Relief Valve, Thumb Pressure Relief Safety Shut Off Actuator, Max Operating Pressure:10,200 PSI, 24V Power Supply, Mfr: Hurst P/N: 274080000 or equal, Quantity: 1 Ea. Line item 0004: Ram Extension Ram Extension, Mfr: Hurst P/N: 274081000 or Equal.Line Item 0005: Adapter Plug for Edraulic Tool, Mfr: Hurst P/N: 272080412 or equal, Quantity 2 Ea. Line Item 0006: Sales Tax If Applicable .Line Item 0007: ON-SITE Training on Edraulic Spreader, Cutter and Ram Operations Training to be provided for items listed on CLIN 0001,0002 and 0003, To Include: Two (2) Days On-site Training for two (2) shifts (one shift per day), Trainer shall have current Training/Instructor Certification issued by equipment manufacturer, Training Sessions: 6- 8 hours each per each shift, dates of training to be determined after equipment has been received. Training will be scheduled by the Fire Department Training Officer. Quotes are solicited FOB destination MCAS Yuma, AZ 85369. The manufactures name, make, model and part number in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Governments requirements. The current MCAS Yuma contactor access requires presenting to the Station Pass & ID Office located at Building 952/MCAS Yuma Main Gate, a valid state driver license or valid state identification card with social security number on card. Vehicle access requires presenting to Station Pass & ID a valid state drivers license, current vehicle insurance card, and valid vehicle registration. Inspection and acceptance will be at destination. The following 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; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-- FAR 52.219-28 Notice of Total Small Business Program Representation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following applicable clauses for Para (b) DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.211-7003 (Aug 08) Item Identification and Valuation, Electronic Submission of Payment Requests in accordance with DFARS 252.232-7003, Invoices under this order will be submitted electronically. This office and the Marine Corps, has determined that Wide Area Workflow (WAWF) will be used to accomplish electronic invoicing. FAR 52.204-7 Central Contractor Registration; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS. OFFERORS SHALL PROVIDE THE FOLLOWING WITH THEIR QUOTE: (1) COMPLETED COPIES OF FAR 52.212-3 OFFEROR SHALL PROVIDE REPRESENTATION AND CERTIFICATIONS OF COMMERCIAL ITEMS OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD AND (2) MANUFACTURER INSTRUCTOR CERTIFICATION DOCUMENTATION. ORCA is located at http://orca.bpn.gov. The offeror shall complete only paragraph (c) through (m) of provisions 52.212-3. If the offeror had changes to the ORCA data pursuant to the FAR provisions at 52.204-8(d) or 52.212-3(b), then the offeror must include a copy of the changes in the quote. The provisions and clauses can be found at FAR website: http://farsite.hill.af.mil/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF) databases. WAWF will be used to accomplish electronic invoicing. For WAWF assistance, visit their website at: https://wawf.eb.mil. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must be registered with WAWF and CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may respond to this solication and shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, total quote amount, FOB point, Delivery, prompt payment terms, correct remittance address and Tax Identification number, full name and number of vendors point of contact and a company copy of FAR 52.212-3, Offerors Representations and Certifications-Commerical Items. Quotes will be evaluated on best value to the Government considering price and technical. The Government will award a firm fixed price contract resulting from this Request for Quotation based on best value determination, considering price and technical. Award will be on all or none basis. Provide descriptive literature, (i.e. PICTURES, BROCHURES & DETAILED SPECIFICATION, ETC.) Failure to provide any requested information, or providing inadequate or unclear information, will result in the quote being rated unsatisfactory and ineligible for award. The closing date for this solicitation is 30 January 2012 at 10:00 AM ARIZONA TIME. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote by E-mail to Catherine Wells - catherine.fraser-wel@usmc.mil or fax to (928) 269-8827. Contact number Catherine Wells PH: (928) 269-3646. E-mail quote and attachement may not exceed five (5) megabytes. Quotes can be submitted via US Postal Service to: Commanding Officer, I & L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Catherine Wells. FEDEX quotes may be submitted to I & L Contracting Division,, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Catherine Wells.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62974/M6297412T5000/listing.html)
- Record
- SN02659116-W 20120125/120123234202-f1cd48f1818e96e487b7269c846cd2f5 (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 |