SOLICITATION NOTICE
72 -- ATCT Window Shades
- Notice Date
- 6/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337920
— Blind and Shade Manufacturing
- Contracting Office
- M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST FPO,
- ZIP Code
- 00000
- Solicitation Number
- M6740012T0101
- Response Due
- 7/6/2012
- Archive Date
- 7/21/2012
- Point of Contact
- Nagisa Tsuhako 011-81-611-745-8621
- 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 an offer. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-12-T-0101 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 2005-58 and Defense Acquisition Circular 91-13. The FSC code is 7230 and the NAICS code is 337920. Item 1: Primary Shade Qty: 8Ea Description: -PN#: PV-128ATCT - Shades shall be of dark, heavy duty, F72 SR material Surface tinting and/or color adhesives will not be accepted as equal without independent reports qualifying the color stability in comparison with the vat dyed process. Ultraviolet Transmission: The shade shall transmit no more than 2 percent of the ultraviolet solar energy (from 300 to 380 nanometers) when measured by AIMCAL standard methods. Visible Light Transmission: The shade shall transmit no more than 4 percent of the visible solar energy. Total Solar Energy Rejected: The shade shall reject 60.5 percent of the total solar energy transmitted. a. Solar Absorptions: 61 percent b. Shading Coefficient: 0.45. The Contractor shall furnish the Government with three certified copies of the product warranty that certifies that all the specification requirements have been met and guarantees for one full year against faulty workmanship and materials. Bottom Bar (K-Bar) -Shades shall have a flat 1-inch by -inch dull black, full width metal hemline bar, minimum 26-gauge, at bottom onto which the pull cord and shade are attached. Black plastic end caps shall be provided on each end of the hemline bar to cover any sharp exposed edges. -Cords shall be colored black and of sufficient length to route around equipment to cord lock positions wherever required. The cords shall be diameter rope made of 4.5 Duro Nylon or approved equal and shall be attached underneath the center of the bottom of the hemline bar. -Shades shall be mounted on 1 -inch diameter metal wrapped rollers. The rollers shall be spring loaded, single piece barrel, with a reusable safety cotter key type retainer installed through both endpins and washers to prevent roller from falling out of mounting brackets. Constant tension in shade is required. Mounting brackets shall be PV 128-205A and B, or approved equal with a 2 -inch resting ledge. A label stating This End Down with an arrow pointing in the proper installation direction of the roller into the mounting brackets shall be placed on the spring motor end of each shade roller. A number sticker on the bottom of the K-Bars, with each shade s number, this side in saving installation time and eliminates the possibility of putting wrong shade in wrong brackets during shade washing, cab painting, ceiling work, etc. The shade film laminate material shall be mounted on rollers to minimize ridging. Roll-off direction of material form roller shall be as directed by the architect or shade manufacturer for use in this specific tower cab. Each shade shall have a label or other suitable means required to specify and identify the proper roll-off direction, as called for by NAFEC/National Test Center. -Each shade shall have two manufacturer s labels attached to the metal bar hemline giving cleaning instructions and the telephone number for emergency service. -Lock pulleys shall consist of a roller and spring return side action cam cord grip #R359 RWO or approved equal. Cord directional change pulleys PV-128 CDC or approved equal shall be used to route shade cord around obstructions where they exist to ensure each shade cord ends in an easily accessible operating location for controllers. Pulleys shall be positioned in direct line with cord outlet on metal hemline. -Shade roller tip-to-tip width shall be to within -inch of maximum possible width as determined by physical limitations. Shade material width with shade fully drawn shall be to within 1 inch of columns on bias cut sides and to within 1 -inch of columns on vertical cut sides. Horizontal seam shall be located a minimum of 70 inches from the bottom of the shade. Shades in ATCT cab shall be bias cut to conform to shape of window when possible. To ensure a safe roll-up a minimum of 15 inches of shade material shall remain on the roller when the shade is fully extended. Item 2: Secondary Shade Qty: 8Ea Description: -PN#: PN#: PV-128ATCT -Shades shall be of dark, heavy duty, F72 SR material Surface tinting and/or color adhesives will not be accepted as equal without independent reports qualifying the color stability in comparison with the vat dyed process. Ultraviolet Transmission: The shade shall transmit no more than 2 percent of the ultraviolet solar energy (from 300 to 380 nanometers) when measured by AIMCAL standard methods. Visible Light Transmission: The shade shall transmit no more than 4 percent of the visible solar energy. Total Solar Energy Rejected: The shade shall reject 60.5 percent of the total solar energy transmitted. a. Solar Absorptions: 61 percent b. Shading Coefficient: 0.45. -Difference with the tinting of the Primary and Secondary shads. The Government intends to make a single award to the responsible offeror whose quote is the most advantageous to the Government considering Technical Capability, Price and Delivery. However, the Government does reserve the right to issue multiple awards if it is deemed in the best interest of the Government. This is Brand Name or Equal procurement. The referenced brand names in the attached item(s) list are 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 offered 'equal' items. Therefore, if "equal" item(s) is quoted, the offeror shall submit all technical specifications for the Government to review in order to determine technical acceptability. All supplies, as annotated in the attached item(s) list, awarded under this contract are expected to be delivered NLT 30 days after the award. Delivery Locations: Delivery Point From Local Offerors: Camp Foster Bldg 628 Chatan-Cho Okinawa, Japan Delivery Point From Offerors Within CONUS: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot 25600 Chrisman Road Bldg. 30 CCP Tracy, CA 95376 *All offer s shall be submitted in English.* Container Loads over 10,000 lbs and/or 800 cu.ft, are not to be shipped to any container consolidation points (CCP): it is requested to contact the Marine Corps Air Clearance and Procurement Traffic Section (MC/ACA) at Marine Corps Logistics Base (MCLB) Barstow CA for shipping instruction. The following clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.247-34 F.O.B. Destination (Nov 1991), 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), DFAR 252.211-7003 Item Identification and Valuation (Jan 2011), DFARS 252.211-7006: Radio Frequency Identification (Feb 2007), DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011). DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFAR 252.233-7001 Choice of Law (Overseas) (Jun 1997). Responsible offeror must be active in the Central Contractor Registration in accordance with DFAR 252.204-7004 (Sep 2007). DFAR 252.225-7043. The following Provision Clauses apply to this RFQ: FAR 52.252-1 FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011) Note: Full text of each 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 for CONUS quotes, and by DFAS Yokota Japan for local quotes. All clauses referenced can be viewed at the following link: http://farsite.hill.af.mil Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the required information and attachment may result in your quote being considered non-responsive by the Government. Offerors are advised questions regarding this requirement must be submitted to nagisa.tsuhako.ja@usmc.mil NLT 1500 (EST) on 02 July 2012. Offerors shall submit their quotes to via email to nagisa.tsuhako.ja@usmc.mil or via fax to 011-81-611-745-0959. However, offerors are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-Far East NLT then the expiration of this RFQ. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740012T0101/listing.html)
- Record
- SN02788611-W 20120629/120628000429-b9959e6863b2b43b3ad67edb46d446dc (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 |