SOLICITATION NOTICE
81 -- Case for Base X tent
- Notice Date
- 8/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- Contracting Office
- M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST FPO,
- ZIP Code
- 00000
- Solicitation Number
- M6740012T0154
- Response Due
- 8/31/2012
- Archive Date
- 9/15/2012
- 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. -Item: Cases -Qty: 15Ea -Description: Case will fit 200 and 300 series Base X tents and have a single lid. Dimensions are 85.88 x 48.25 x 44 . Case must have fork truck provisions for ease of handling, to allow a forklift to lift the case. Case must have stacking ribs in order to allow cases to be stacked on top of one another securely. Requesting color is desert tan. Needs to have 4 lifting rings in order to tie down the case. Also requires 20 heavy duty catches and strikes in order to secure the lid of the case to the lower part of the case. Case needs to have a water proof seal so once it is closed and all catches and strikes are secured it forms a water tight seal, to protect the inside of the container from moisture. Walls of the case also need to be ribbed or have wall stiffeners so that the case is durable. Case also needs to have 16 handles so that it can be hand carried and also to allow the lid and lower part of the case to be separated. -Made from Rotationally molded polyethylene with no foam. -Ref Model number: TMS010841-B -Ref Mfr: Pelican Hardigg/ Rotomold Case, * Please submit an attached cover sheet with your quote. 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-0154 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 2005-60 and Defense Acquisition Circular 91-13. The FSC code is 8115 and the NAICS code is 325211. 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. Award will be made in aggregate. Therefore, any offer received without all products priced will be excluded from competition. 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 MWHS-1 1st MAW 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 52.212-4 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 (Aug 2008), 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). DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions The following Provision Clauses apply to this RFQ: 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 28Aug 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/M6740012T0154/listing.html)
- Record
- SN02851688-W 20120825/120823235447-fb84df1dc77422c2a4609c3996f2ec12 (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 |