Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2014 FBO #4771
SOLICITATION NOTICE

81 -- Climate Controlled Storage Containers

Notice Date
12/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Quantico - National Capital Region (NCR), 2010 Henderson Road, Quantico, Virginia, 22134-5045, United States
 
ZIP Code
22134-5045
 
Solicitation Number
HC004
 
Point of Contact
Teri Lynn Bischof, Phone: 703-784-1925
 
E-Mail Address
teri.bischof@usmc.mil
(teri.bischof@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Teri Bischof, Contracting Specialist, Regional Contracting Office Subject: Request for Quote (HC004) Date: 15 December 2014 This is a Request for Quotation (RFQ) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 13, as supplemented with additional information included in this notice. This RFQ document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79, published December 15, 2014. This acquisition is a 100% small business set-aside under NAICS code 337215, size standard of 500. Request for Quotation on the following items or services: CLIN Item Description Unit Qty Amount Total 0001 45' Climate Controlled Storage Container w/Power Outlets ea 1 $ $ 0002 Shipping/Handling Delivery date requested: 60 days from contract award Please provide FOB Destination pricing and delivery schedule (with your offer) for the following address: National Museum of the Marine Corps, 18900 Jefferson Davis Highway, Triangle, VA 22172. The closing date and time for quote submission is: 19 December 2014, 10:00 AM EST. Offers received after this date and time may be considered non-responsive and will not be given further consideration. Please provide all submissions to Government Point of Contact: Teri Bischof, teri.bischof@usmc.mil. All contractors must comply with the requirement listed above for this request. Failure to comply may result in disqualification. This will be a Firm Fixed Price (FFP) order. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program. Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors. TECHNICAL EVALUATION STANDARD: The contractor shall address the following two factors: 1. Factor 1 - Technical Capability - Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the Request for Quote, quantity, quality and timeliness of delivery. 2. Factor 2 - Price - The offeror shall complete CLIN pricing on page one (1) of this request. In addition to the completed CLIN pricing on page one (1), the offeror shall provide sufficient price information to allow the Contracting Officer to determine the completeness and reasonableness of the offerors prices. DISCUSSIONS: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision. AWARD DECISION: The award decisions will be made as follows: (1) Step One - Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government's requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated "unacceptable", the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table. Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award. Table A-1 (2) Step Two - Evaluate Price. The offeror's Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 2 - Price. (3) Step Three - Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's quote to the terms and conditions of the solicitation. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a quote constitute a contract or authorize the individual or company to being work. Please Provide the Following: 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF-RA (Wide Area Workflow):_______________ If Not, Will Your Company Register? ________________ 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ If No, Will You Register: ________________ 4. Company Considered Small or a Large Business: _____________ 5. Delivery Time of Requested Items: ____________ Please show earliest delivery date possible. 6. FOB Cost If Applicable:_______________ A. NOTE: Is Freight (Fob) Included In Price? If Not, Please Indicate Price and Where It's Being Originated From: _______________ Discount Terms: ___________ Company Name and Address: ___________________________________________________________ Company Point of Contact: _____________________________________________________ Company Telephone: __________________ Company Facsimile: ___________________ GSA Contract Number & expiration date: _________________________________ Quoted price(s) submitted that are open market shall be marked commercial pricing. The following FAR clauses and provisions may apply to this acquisition and can be viewed at http://www.acquisition.gov/far: 52.204-13 SAM 52.212-1 Instructions to Offerors 52.212-3 Offeror Representations and Certifications - Commercial Items (Complete and return with offer unless registered electronically in SAM at http://www.sam.gov/.) 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 (The following numbered items apply: (14), (28), (29), (30), (31), (40), (44), (50). 52.252-1 Solicitation Provisions Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation (for supplies only) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment U3DD 250 Receiving Report Submission Through Wide Area Workflow - Receipt and Acceptance (WAWF-RA) ** Special Invoicing Instructions: Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) ** WAWF-RA is the only method authorized by the United States Marine Corps to electronically process payment requests. Compliance with WAWF-RA is mandatory. Include in each offer a statement acknowledging that you are WAWF-RA compliant. In order to get registered with WAWF-RA, visit https://wawf.eb.mil/. In order to WAWF-RA you must designate an Electronic Business Point of Contact (EB-POC) to serve as the group administrator within the company. STATEMENT OF WORK FOR A 45 FOOT STORAGE CONTAINER FOR NMMC 138 FOOT MOBILE ELEVATING WORK PLATFORM (MEWP) Background Purchasing a climate controlled and lockable 45 foot container for storage of our 138 foot Falcon Mobile Elevating Work Platform (MEWP). The unit is currently stored outdoors and the ambient temperatures and humidity levels cause frequent "down time" due to the sensitivity of the sensors and wiring. Objectives To purchase the climate controlled container to store the 138 foot lift, which will provide a temperature controlled environment, reducing the maintenance and replacement of sensors and wiring. The purchase of this container will extend the longevity of the MEWP per the recommendation of the manufacturer of the lift. Scope To provide a safe and secure environment to safely house the MEWP and to protect it from outside elements and vandalism this in turn will increase the longevity of the MEWP. Tasks Contractor must provide a Container with the following specifications: 1. 45' Standard Product with Full Office Build-out and must include insulated interior walls 2. 45' Type II Container 3. Provide four (4) Interior office power plugs with 120 volt interior electrical outlets. One (1) of the four (4) outlets must be a dedicated 120 volt x 30 Amp charging receptacle. 4. Must have four overhead fluorescent lighting fixtures for safety and work purposes. 5. Must have a locking mechanism on exterior doors to secure container. 6. Container must have one (1) standard exterior residential side entrance door with locking mechanism. 7. Contractor must provide transportation of container to National Museum of the Marine Corps (NMMC), Triangle, Virginia 22172. Delivery 1. Deliver to National Museum of the Marine Corps, 18900 Jefferson Davis Highway, Triangle, VA 22172 and place on gravel lot behind cooling towers as designated by Technical Point of Contact (TPOC). 2. Contractor must provide the delivery schedule to TPOC prior to delivery of container. Security Considerations NMMC Security will grant access upon arrival. This will be coordinated through the NMMC Facilities Manager. Travel NA Special Material Requirements NA Other Unique Requirements and Considerations NA Place of performance National Museum of the Marine Corps, 18900 Jefferson Davis Hwy. Triangle, VA. 22172 Period of performance Delivery to be within 60 days from contract award date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/HC004/listing.html)
 
Place of Performance
Address: Refer to Request for Quote., Quantico, Virginia, 22143, United States
Zip Code: 22143
 
Record
SN03596705-W 20141217/141215235106-88caa1b98a167feba254bbccf7b8528f (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.