Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
MODIFICATION

81 -- VTC CASES - Package #1

Notice Date
4/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
325211 — Plastics Material and Resin 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-0061
 
Archive Date
4/24/2014
 
Point of Contact
Cassandra M. Garcia, Phone: 3126458697, Jose Gil, Phone: 3156458697
 
E-Mail Address
cassandra.garcia@usmc.mil, jose.a.gil@usmc.mil
(cassandra.garcia@usmc.mil, jose.a.gil@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Open Market Coversheet Door to Door Open Market Coversheet Combined Synopsis-Solicitation 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-0061 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 2005-72 and Defense Acquisition Circular 91-13. The FSC code is 8115 and the NAICS code is 325211. The Government is soliciting quotes for the purchase of VTC CASES. The Government intends to issue a single award to the responsible quoters whose quote is the most advantageous to the Government considering Technical Acceptability and Price. The quote shall contain all requested products as the contract award will be made in aggregate to one quoter. Therefore, any quote received without all products priced may be excluded from competition. This is a "Brand Name" or "Equal" procurement. The referenced brand names 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 quoted 'equal' items. Therefore, if "equal" items are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Failure to provide the "equal" item technical specifications or the required coversheet may result in your quote being considered non-responsive by the Government. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. All quotes shall be submitted in English. All materials awarded under this contract are expected to be delivered 30 days after the award. Delivery Shall be made to: Delivery point from local quoted is: Bldg 478, Camp Foster, Chatan-Cho, Okinawa, Japan 904-0100 Delivery point from quotes within CONUS: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg.30 CCP, 25600 Chrisman Road, Tracy, CA 95376 *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* Please see the below for the requirement's details: CLIN 0001: VTC CASE REFERENCED MFR: QUALITY CASES REFERENCED PART#: CD12364 OR EQUAL QUANTITY: 5 UNIT OF ISSUE: EA -Custom Made to fit the CISCO EX90 VTC System. -Must be Foam Filled with Precut Slots for EX90 Componets. -Weight shall be between 25-45 lbs. -Minimum Dimensions: 29in X 29in X 18in. -Maximum Dimensions: 30in X 30in X 19in. -Must met minimum Mil-Spec Standards. -Must be Waterproof. -Must be Airtight. CLIN 0002: VTC CASE REFERENCED MFR: QUALITY CASES REFERENCED PART#: CD13217 OR EQUAL QUANTITY: 3 UNIT OF ISSUE: EA -Custom Made to fit the SX20 VTC System. -Must be Foam Filled with Precut Slots for SX20 Componets. -Weight shall be between 13-20 lbs. -Minimum Dimensions: 23in X 15in X 10in. -Maximum Dimensions: 24in X 16in X 11in. -Must met minimum Mil-Spec Standards. -Must be Waterproof. -Must be Airtight. *Quote shall come with photos of the items. The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1196), FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.211-17 Delivery pf Excess Quantities (Sep 1989), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014), 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 (Jul 2013), 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), DFARS 252.203-7000 Requirement Relating to Compensation of Former DOD Officials (Sep 2011), DFARS 252.203-7002 Requirement to Inform Employees of Whistle Blower Rights (Sep 2013), DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.211-7003 Item Identification and Valuation (Dec 2013), DFARS 252.211-7006: Radio Frequency Identification (Sep 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jan 2012), 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 (Feb 2014), and DFARS 252.232-7006 (May 2013) Wide Area Work Flow Payment Instructions. The following Provision Clauses apply to this RFQ: FAR 52.204-7 System Award for Management( Jul 2013), FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.233-3 Protest After Award (Aug 1996) and DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Dec 2013) 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. Quoters are instructed to include their DUNS number and CAGE code in a quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to cassandra.garcia@usmc.mil NLT 1800 EST on 8 Apr 2014. Secondary point of contact is jose.a.gil@usmc.mil. Quoters shall submit their response to this RFQ via email to cassandra.garcia@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 9 Apr 2014. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the MCIPAC Regional Contracting Office NLT then the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-14-T-0061/listing.html)
 
Place of Performance
Address: Delivery point from local quoted is: Bldg 478, Camp Foster, Chatan-Cho, Okinawa, Japan 904-0100, Delivery point from quotes within CONUS: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg.30 CCP, 25600 Chrisman Road, Tracy, CA 95376, United States
Zip Code: 95376
 
Record
SN03330968-W 20140406/140404235157-4db93e65e5e1e6880bb472eb6ac27927 (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.