SOLICITATION NOTICE
66 -- Laboratory Equipment Okinawa, Japan
- Notice Date
- 2/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SPE60015Q0231
- Point of Contact
- Bryam Sveum, Phone: 7037679556
- E-Mail Address
-
bryan.sveum@dla.mil
(bryan.sveum@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. Offers are being requested and a written solicitation will not be issued. This opportunity is UNRESTRICTED and NAICS 334516 applied (500). The contract resulting from this procurement will be a firm fixed price contract. The solicitation SPE600-15-Q-0231 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78 dated 26 December 2014. DPAS rating for potential award is a Delivery Order (DO). The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://farsite.hill.af.mil/vffara.htm. Per FAR 52.212-1 this is NOT an all or none opportunity. Schedule: CLIN 0001 : Laboratory Glassware Washing Machine Qty 1 Unit of Issue Ea Unit Price $___________ Description: At least three adjustable wash levels to accommodate different glassware; A forced air drying via injectors and chamber preferred; Built-in detergent and acid neutralizer pumps preferred; electrically heated with microprocessor preferred; Stainless steel construction for exterior, chamber and door. Brand Name or Equal Reference: Mfg Lancer 1300LX or equivalent. CLIN 0002 : Analytical Weighing Balance Qty 2 Unit of Issue Ea Unit Price $___________ Description: For weighing in support of testing Jet A and JP5 Filter Weighing Kit that allows weighing of large filter samples of up to 110mm and one. To include an anti-static kit that completely removes electrostatic charge from samples. Brand Name or Equal Reference: Mfg METTLER TOLEDO in accordance with ASTM D2276. CLIN 0003 : Manual Freeze Point Apparatus Qty 1 Unit of Issue Ea Unit Price $___________ Description: For testing Jet A and JP8; Have 10 test assemblies to test 10 samples at one time Brand Name or Equal Reference: Mfg Lawler Manufacturing Corporation in accordance with ASTM D2386. CLIN 0004 : Sulfur Analyzer Qty 1 Unit of Issue Ea Unit Price $___________ Description: To test Jet A and Diesel Brand Name or Equal Reference: Mfg Horiba Instruments, Inc in accordance with ASTM D5453. Delivery/Shipping... there are three (3) options: (Please indicate which is being offered): 1) United States Postal Service (USPS) Items shipped weighing less than 70 pounds (lbs) (package total) and less than 130 inches in Width, Length, and Height (package total). Shipping address will be: Defense Logistics Agency-Energy Okinawa Unit 5110 APO AP 96368-5110 2) Under 10,000 pounds (lbs) and/or 800 cubic ft: Reference DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM) Partial deliveries will not be authorized Packaging and shipping standards shall be in accordance to: http://www.landandmaritime.dla.mil/Offices/Packaging/OCONUSpkg.asp Shipping address shall be: W62N2A/SW3225 - Tracy, CA XU Def DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 There will be a "MARK FOR" address. (3) Physical/Direct Delivery: Defense Logistics Agency-Energy Okinawa Chibana Compound RTE# 74 BLDG 53145 Chibana, Okinawa City, Okinawa, Japan 904-2143 Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF). The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1.Technical specifications, 2. Past performance; and 3) Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, past performance, and price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: FAR 52.222-50, 52.203-6, 52.203-13, 52.203-15, 52.204-10, 52.209-6, 52.209-6, 52.209-9, 52.209-10. 52.223-18, 52.225-5,52.225-13, and 52.232-33. FAR 52.203-3 Gratuities, FAR 52.203- 11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, FAR 52.214-34 Submission of Offers in the English, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.229-6 Taxes - Foreign Fixed-Price Contracts, FAR 52.242-13 Bankruptcy, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFRAS 252.225-7021 Trade Agreements, DFARS 252.227-7015 Technical Data - Commercial Items, DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.246-7004 Safety of Facilities, infrastructure, and Equipment for military operations, DFARS 252.247-7003 Pass-through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer, DFARS 252.247-7023 Transportation of Supplies by Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. DFARS 252.232-7007, 252.203-7000,252.225-7021, and 252.232-7003. All responsible offerors respond to Eduardo Davila (eduardo.davila@dla.mil) NLT 1:00 pm Fort Belvoir local time (EST) February 19 th 2015 ; Send questions to the Contracting Specialist, Bryan Sveum 703-767-9556, FAX: 703-767-8506, or email: Bryan.Sveum@dla.mil and Eduardo.Davila@dla.mil by RFQ NLT date/time. FAX quotations will be accepted. If you plan to submit your quote electronically, it is recommended you send it no later than 5 p.m. the day before the closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE60015Q0231/listing.html)
- Place of Performance
- Address: Defense Logistics Agency-Energy Okinawa, Chibana Compound, RTE# 74 BLDG 53145, Chibana, Okinawa City, Okinawa, Japan 904-2143, United States
- Record
- SN03640929-W 20150214/150212234712-0608c7483c5d2bab2a2372b6ee575520 (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 |