SOLICITATION NOTICE
69 -- Class 'A' Burn and Reusable Extrication Prop Vehicle
- Notice Date
- 3/31/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332322
— Sheet Metal Work Manufacturing
- Contracting Office
- M67865 MARINE CORPS AIR STATION MIRAMAR - CONTRACTING OFFICE SAN DIEGO, CA
- ZIP Code
- 00000
- Solicitation Number
- M6786514T0018
- Point of Contact
- Sgt. Usani, Daniel (858) 577-4541
- 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M67865-14-T-0018 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20131231. The NAICS code is 332322, the small business size standard is 500 employees. This acquisition is a 100% small business set-aside. Any quotations received from concerns other than small businesses will not be considered for award. The Fire Department, Marine Corps Air Station (MCAS), Miramar, CA has a requirement for one (1) class 'A' auto extrication vehicle prop to conduct various training evolutions to maintain fire fighters mission readiness. This prop will allow the fire department to safely conduct training in a controlled environment. The class 'A' burn and reusable auto extrication car must include at a minimum the following specifications: 1. Extra sheet metal parts for up to 50 full extrication scenarios 2. Must be multi purpose and also capable of class 'A' combustible fires 3. Must have at a minimum 18 multiple evolution capability. The minimum reusable/ replaceable evolutions are as follow but not limited to the following: a. Hood cut panel b. Mock battery cable cut c. Engine fire compartment d. Spread/crush door panel e. Forced door entry f. Passenger seat fold down g. Horizontal bar cut h. Vertical bar cut i. Half roof roll back j. Cabin fire compartment k. Trunk fire compartment l. Pop the trunk lock out m. Pry panel cut n. Nader pin o. Roll the dash prop with lock p. Two (2) upper A column cut posts q. Lower A column cut post r. Wheel fire The following FAR clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.204-7 System for Award Management; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013), and citing: 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-13, and 52.232-30, 52.232-33; ); 52.247-34 F.o.b. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference, http://farsite.hill.af.mil/. The following DFARS clauses and provisions apply: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.209-7002 Disclosure of Ownership or Control by a Foreign Government; 252.225-7000 Buy American Statute-Balance of Payments Program Certificate; 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.232-7010 Levies on Contract Payments. The following information shall be provided with any quotes provided by the offeror: 1.Commercial and government entity code (Cage). 2.Taxpayer identification number (Tin). 3.Data universal numbering system (Duns). Offerors must be registered in the System for Award Management (SAM) to be eligible for award. For information on registering with the SAM, visit www.sam.gov. Offerors 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 Receipt and Acceptance (WAWF-RA) for invoicing, and can self-register at https://wawf.eb.mil. All responses to this solicitation are due by April 10, 2014 @ 12:00 p.m. Pacific Standard Time. Late offers/ responses will not be considered. Offers can be faxed to +1 (858) 577-1492 or emailed to daniel.usani@usmc.mil. Questions must be addressed in writing only to daniel.usani@usmc.mil no later than April 4, 2014 @ 12:00 p.m. Pacific Standard Time. Questions submitted after the deadline date shall not be accepted. Telephone inquiries shall not be accepted. The MCAS Miramar Contracting Office, San Diego, CA intends to make a single award to the responsible offeror whose offer is found to be the most advantageous to the Government. The following factors shall be used to evaluate offers: Technical Acceptability & Price. Failure to provide offers that meet the minimum requirements may result in your quote being considered non-responsive. All questions/concerns must be presented to Sgt. Daniel Usani, via e-mail address daniel.usani@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67865/M6786514T0018/listing.html)
- Record
- SN03324144-W 20140402/140331234046-3ff7d42563259dee94a15c619e54f406 (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 |