Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2013 FBO #4400
SOLICITATION NOTICE

49 -- Maintenance Tool - RFQ Cover Sheet

Notice Date
12/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333991 — Power-Driven Handtool Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-14-T-0011
 
Archive Date
1/4/2014
 
Point of Contact
John W. McJunkin, Phone: 011816117458599
 
E-Mail Address
john.mcjunkin@usmc.mil
(john.mcjunkin@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Cover Sheet 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 a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-14-T-0011 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 2005-67 and Defense Acquisition Circular 91-13. The FSC code is 4910 and the NAICS code is 333991. The following factors will be considered when determining the best value in order of precedence: Lowest Price Technically Acceptable. The Government is willing to accept item(s) quoted either "brand name" or "equal". 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 this RFQ, awarded under this contract must be delivered NLT 60 days After Receipt of Order (ARO). Delivery Location: Defense Logistic Agency Defense Distribution Depot San Joaquin, Tracy Depot 25600 Chrisman Road Bldg: 30 CCP Tracy, CA 95376 Local delivery address will be provided to local vendors. *All quotes must be submitted in English* Quoters 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. Quoters are advised questions regarding this requirement must be submitted to john.mcjunkin@usmc.mil NLT 1730 Eastern on 12 16 2014. This RFQ will close at 1730 Eastern on 12 20 2013. 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 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), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252.211-7003 Item Identification and Valuation (Aug 2008), DFARS 252.211-7006: Radio Frequency Identification (Feb 2007), DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). DFARS 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), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), and DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (May 2013), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions. The following Provision Clauses apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.211-6 Brand Name or Equal (Aug 1999), 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), and FAR 52.233-3 Protest After Award (Aug 1996). Note: Full text of each FAR and 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. OVERSEAS SHIPMENTS: This contract is intended for shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading. Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids. Wood packaging materials must be ISPM certified. Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized CLIN0001: TIRE CHANGER REFERENCED MFR: BANZAI REFERENCED PART#: TCSI-41AL -AC200V 3-ph 0.55kw -Applocable Wheel : 12~22inch -Air pressure: 800kpa~1000kpa *These are all Miminum Requirements Qty: 01 EA CLIN0002: HV/EV A/C RECOVERY RECYCLING MACHINE REFERENCED MFR: ECOTECHNICS REFERENCED PART#: ECK2500UP -Refrigerant type: R134a -Voltage 220V-240V/50-60 Hz -Scale resolution ± 10 g -Oil scale resolution ± 5 g -Operating temp. range approx. 11/49 °C *These are all Miminum Requirements Qty: 01 EA CLIN0003: A/C FLUSHING KIT REFERENCED MFR: ECOTECHNICS REFERENCED PART#: AEK-N7 -For use with machines of the following Specs; Refrigerant type: R134a Voltage 220V-240V/50-60 Hz Scale resolution ± 10 g Oil scale resolution ± 5 g Operating temp. range approx. 11/49 °C Qty: 02 EA CLIN0004: ULTRA-LIGHT N-TYPE IMPACT WRENCH 1INCH REFERENCED MFR: KUKEN REFERENCED PART#: KW-3800proGL -Socket Insert Sq. mm(inch) 25.4(1) -Capacity Bolt Diameter mm(inch) 38(1-1/2) -Recommended Torque Range Nm 300-1,370 -Length w/o Socketmm(inch) 488(19-1/4) -Weight w/o Socketkg 6.9(15.2) -Free Rotation Speedr.p.m. 4,200 Air Consumption m3(Normal)/min. (c.f.m.) 0.60(21.4) -Hose Inlet Bushing- Rc3/8 -Applicable Compressor 7.5 kW -Hose Inside Diameter mm(inch) 9.5(3/8) *These are all Miminum Requirements Qty: 01 EA CLIN0005: AIR SAW HIGH-POWER & LOW VIBRATION TYPE REFERENCED MFR: KUKEN REFERENCED PART#: KS-35 -Cutting speed with air pressure at 0.6MPa(Pe) mm/min. 1,200(Sheet Metal,t1)      -Reciprocating Action fpm 5,300-6,000 -Stroke Lengthmm(inch) 10(13/32)-5(7/32) -Length mm(inch) 228(9) -Weight kg(lbs) 1.1(2.42) *These are all Miminum Requirements Qty: 02 EA CLIN0006: ORBITAL SANDER w/ VELCRO PAD REFERENCED MFR: KUKEN REFERENCED PART#: SAM-41SB -Suction Type Velcro Pad    -Using Sandpaper Size OR Pad Size mm(inch) 75X110(2-7/8X3-5/16) -Orbit Diameter mm(inch) 3(1/8) -Free Rotation Speed r.p.m. 10,000 *These are all Miminum Requirements Qty: 02 EA CLIN0007: DUAL ACTION SANDER w/VELCRO PAD REFERENCED MFR: KUKEN REFERENCED PART#: DAM-055SB -Suction Type    -Velcro Pad -Using Sandpaper Size OR Pad Size mm(inch) 125(5) -Orbit Diameter mm(inch) 5(3/16) -Free Rotation Speed r.p.m. 9,500 *These are all Miminum Requirements Qty: 02 EA CLIN0008: IMPACT WRENCH HOLDER REFERENCED MFR: BANZAI REFERENCED PART#: BIS-15 -Holder size W580mm H1,020mm D580mm -Holder weight 27kg -Capacity Impact wrench weight max 16.5kg -Holder Arm height max1,230mm -Holder Arm height min 305mm -2free wheel + 2free wheel with brake *These are all Miminum Requirements Qty: 01 EA CLIN0009: CVT&AT AUTOMATIC FLUID CHANGER REFERENCED MFR: TORUKON KIKI REFERENCED PART#: AMC-888 -AC100V 60Hz Trocoid Pump 2~4L/min -Waste oil 20L/New oil 20L -New & Waste supply hose 1.8m             -Demensions W610mm D430mm H950mm          -Weight 49kg(without new&waste oil) *These are all Miminum Requirements Qty: 01 EA CLIN0010: CVT&AT MAINTENANCE TOOL FOR LEVEL GAUGELESS VEHICLES REFERENCED MFR: TORUKON KIKI REFERENCED PART#: AMC-11 -MUST INCLUDE: -Case -Level sensor -Level marker -Level opener -Torque wrench for AT - Air sus fuse -Long U nozzle for AT -Spare bolt for AT -Cap opener for CVT -Nozzle adapter for CVT -Spare cap &bolt for CVT *These are all Miminum Requirements Qty: 01 EA CLIN0011: TIE-DOWN STRAPS REFERENCED MFR: AKATSUKI REFERENCED PART#: AW-75 -Load weight 1,500kg/1strap -Belt width 50mm *These are all Miminum Requirements Qty: 04 EA (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-14-T-0011/listing.html)
 
Record
SN03248604-W 20131211/131209234537-670602a3fc811b8c8cd060e7d90921d6 (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.