Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
SOLICITATION NOTICE

J -- Dive Air Compressors - Statement of work

Notice Date
4/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
H92257-14-Q-0076
 
Archive Date
5/15/2014
 
Point of Contact
Gabriel R Shipley, Phone: 910-440-0776
 
E-Mail Address
gabriel.shipley@socom.mil
(gabriel.shipley@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Installation details This procurement is a 100% small business set-aside in accordance with FAR 52.219-6. The Government intends on awarding a Firm-Fixed Priced contract to the offeror that represents the most advantageous offer. This Request for Quote (RFQ). The following evaluation factors will be considered for this RFQ in accordance with FAR 52.212-2: Adherence to the requirements, price, and delivery terms. PROCUREMENT APPROACH: The Contractor's quoted item descriptions shall reflect the characteristics and level of quality that will satisfy the Government's need as described in the Schedule of Items. A single firm-fixed price contract will be issued and it is the Government's intent to award on an "all-or-none" basis to satisfy this requirement. TECHNICAL COMPLIANCE: To ensure technical compliance: a. The manufacturer's name and manufacturer's complete part number of each item shall be submitted in the quote. A mere statement that the quoter will meet the Government's requirement is NOT sufficient. Quotes shall clearly state all product specifications for quoted items. b. Include drawings, product literature, pictures, and description of all quoted items. c. Clearly state whether the quoter can meet the required delivery timeframe. d. The contractor shall provide all terms of applicable warranties. SCHEDULE OF ITEMS: CLIN ITEM Part number UNIT QTY 0001 Bauer Breathing Air Compressor 13scfm@6000 psig, P2 SECURUS Purification System, 10 HP, 208V, 3 Phase, 60 Hz Motor, Interstage Pressure Gauges, 79 DB Cabinet, automatic condensate drains. mVT13-E3 EA 2 0002 Shipping N/A EA 2 0003 Intallation and warranty, to include all required USN PMS Checks (relief valve testing/setting, gauge calibration, air sampling, etc) electically disconnect and remove existing compressors N/A EA 1 FAILURE TO SUBMIT THE REQUIRED RFQ COVER SHEET AND INFORMATION MAY RESULT IN YOUR PROPOSAL BEING CONSIDERED NON-RESPONSIVE. DELIVERY: The Government requires delivery within 12-16 weeks ARO. The Government prefers FOB destination. If not quoting FOB Destination, the vendor shall include the shipping origin location and method of delivery. Delivery shall be made to: 1st Marine Special Operations Command, Camp Pendleton, CA 92055. PRICING: All quotes submitted shall be the Contractor's Best Pricing. Quoters shall submit a pricing quote along with all product and warranty literature. Quoter's delivery timeframe shall be stated in the submitted quote package. EVALUATION: Award will be made to the Lowest Price Technically Acceptable quote. The Government intends to make a single Firm Fixed Price Award to satisfy this requirement. Award will be based on the initial evaluation of quotes received in response to the solicitation. Therefore, quoters are cautioned that their initial quotes should contain their best terms from a technical and price standpoint. SUBMISSION: Questions related to this RFQ shall be received, via email, to MSgt Shipley, Gabriel no later than 10:00 A.M ET, 28 April 2014 at Gabriel.shipley@socom.mil. It is the Contractor's responsibility to ensure that questions are received by the Contracting Department within the required timeframe. Any questions received after the time and date listed above will not be addressed. Quotes shall be received by 10:00 A.M ET, 30 April 2014 to be considered for award. All quotes must reflect unit prices, extended amounts, and an overall order total. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. POINT OF CONTACT: The Contract Specialist and P.O.C. for this requirement is MSgt Shipley, Gabriel and may be reached via email at Gabriel.shipley@socom.mil or by phone at 910-440-0776. The following FAR provisions and clauses are applicable to this RFQ: 52.204-7, System for Award Management 52.212-3 Alt 1, Offerors Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-1 Alt 1, Small Business Programs Representations 52.222-22, Previous Contracts and Compliance Reports 52.247-29, F.o.B. Origin 52.247-34, F.o.B. Destination 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders-Commercial Items, (implementing: 52.219-6, Notice of Set-Aside Orders; 52.219-28, Post-Award Small Business Program; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Employment Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - SAMS Registration) 52.252-2, Clauses Incorporated by Reference The following DFARS provisions and clauses are applicable to this RFQ: 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System of Award Management 252.209-7998, Representation Regarding Conviction of a Felony Criminal 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, (incorporating: 252.203-7003, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt III, Transportation of Supplies by Sea) 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications The following SOFARS clauses are applicable to this RFQ: 5652.201-9002, Authorized Changes Only by Contracting Officer 5652.204-9000, Individual Authorized to Sign 5652.204-9002, Instructions for the Use of Electronic Contracts 5652.204-9003, Disclosure of Unclassified Information 5652.233-9000, Availability of Independent Review of Agency Protests 5652.246-9000, Marking of Warranty Items 5652.252-9000, Notice of Incorporation of Section K
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-14-Q-0076/listing.html)
 
Place of Performance
Address: 1st MSOB, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN03346910-W 20140425/140423235500-6b0be3bfa12f5e2c1f453b7c5b374cf6 (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.