SOLICITATION NOTICE
12 -- FIRE CONTROL EQUIPMENT; US NAVAL BASE GUAM, FIRE and EMERGENCY SERVICES
- Notice Date
- 5/28/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019215Q4486
- Response Due
- 6/12/2015
- Archive Date
- 6/27/2015
- Point of Contact
- PATRICK QUITUGUA (671)333-2127 JENO AGUON (671)333-2772
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 N4019215Q4486 is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82. This procurement is a 100 Percent Small Business set-aside IAW FAR 19.502-2. The NAICS code is 423490 Fire Fighting Equipment and the small business size standard is 100 employees. The following commercial items are requested: CLIN 0001 “ 1 Lot of Fire Fighting Equipment, see attached Statement of Work (SOW), CLIN 0002 “ 1 Lot Freight shipping to Tracy, CA. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award ścare of ť will not be accepted. Quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Quotes must include information and pricing for CLIN 0001 to be considered for award. 1.Price: Prices must be submitted for CLIN 0001 AND CLIN 0002. This is an all-or-none request; multiple awards will not be made. Note: Offerors who fail to submit required documentation may be considered nonresponsive. FAR 52.212-2, Evaluation ”Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussions anytime during evaluation. Technical acceptability means meeting the minimum specifications under CLIN 0001 and CLIN 0002 and providing the information required by FAR 52.212-1. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors ”Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-6, Brand Name or Equal; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-26, Equal Opportunity; FAR 52.225-1, Buy American Act “ Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management, Additional provisions and clauses that apply to this acquisition are: DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III, DFARS 252.237-7002(D) Award to Single Offeror Submit quotes via email to Patrick Quitugua at Patrick.Quitugua@fe.navy.mil and copy to Jeno Aguon at Jeno.Aguon@fe..navy.mil. Request for Information (RFIs) must be received via e-mail not later than 1000 hours EST on 05 JUN 2015 Guam Local Time. Request for Information is a process that vendors utilize to request information from the Contracting Office, if they have questions concerning; scope of work, deadlines, etc. Responses to this RFQ must be received via e-mail not later than 1600 hours EST on 12 JUN 2015 Guam Local Time. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor ™s responsibility to request and receive confirmation of quote receipt. ATTACHMENTS: 1.SOW dated 28 May 2015. STATEMENT OF WORK (Purchase of FIRE, RESCUE, HAZ-MAT equipment.) 1. Scope: This order provides for (All-or-none and Brand name or equal) purchase of equipment for Firefighting, Rescue operations, Haz-Mat incidents and material identification. The requested material represents the minimum requirements of the Navy Fire and Emergency Service Guam. 2. Product Description: Description Qty Part #Manufacturer Small/Medium Protech Harness12 202822CMC Large / X-Large Harness 4 202824CMC 6 Hook and Chain Assembly4 22000690Para Tech 12 Hook and Chain Assembly4 22000691 Para TechHURST Edraulic Ram Package1 GSA2724080001 HURST HURST 110V Adapter plug for Edraulic 2 2 GSA272085412 HURST Leak Sealing Plug Kit 2 22000715 Para Tech PAC Super Adjustamount Kit7 K5050PAC PAC adjustamount 9 K5006PAC PAC soft mount 3 1080PAC PAC Spreader base pocket4 1026PAC PAC sledgehammer hanger 9 1010PAC PAC universal hanger 12 1019PAC PAC flathead axe 8 1011PAC PAC pickhead axe hanger 8 1012PAC PAC handlelok 20 1004PAC Dual Adapter Lok 52 1042DPAC CMC Litter Traverse Litter without leg divider4 726112CMC Rechargeable 6-Pack (charger with 6 PF-200R units) Shell color orange; LED Light color Yellow; 120VAC receptacle adapter 3 PF6P2100A POWER FLARE TFT Nozzle ME1-STO 1.5 inch NH6GSA ME1-STO TFTTFT Bullard Wildfire YELLOW 12FH911HRBullard Edge Roller 2148500SMC Heavy Rescue Organizer 3770403CMC Rope and Equipment Bag L RED6431103CMC System-Pac Orange 2440511CMC Rope Washer 6294060CMC Rope New England KMIII Green/Blue 1/2 inch 600ft K02160CMC Green Prusik 8mm 300ft 293018CMC Red Prusik 8mm 300ft 293038CMC 10.5mm rope Armor Tech 300ft 515620 BlueWaterRopes Shelby X-large rope rescue gloves 5 2518XLShelby Shelby large rope rescue gloves24 2518LShelby kneepad 20355413CMC Shipping To Tracy CA.1LOT 3. Delivery Date/Location: Required Delivery Date: 30 Days ARO Place of Delivery: DLA Distribution San Joaquin, CA Consolidation and Containerization Point (CCP) WHSE 29, Section 1 25600 South Crisman Road Tracy, CA 95304 VENDOR SHALL MARK FOR N61755 US NAVAL BASE GUAM FIRE and EMERGENCY SERVICES BLDG-1575 SANTA RITA, GUAM 96915 Delivery POC: Tony Borja 4. Other Pertinent Information or Special Considerations: a. Packaging and Shipping Instructions. Place of Delivery: DLA Distribution San Joaquin, CA Consolidation and Containerization Point (CCP) WHSE 29, Section 1 25600 South Crisman Road Tracy, CA 95304 VENDOR SHALL MARK FOR N61755 US NAVAL BASE GUAM FIRE and EMERGENCY SERVICES BLDG-1575 SANTA RITA, GUAM 96915 Delivery POC: Tony Borja b. Inspection and Acceptance Criteria. In the absence of other agreements negotiated with respect to time provided for government review, deliverables will be inspected and the contractor notified of the Program POCs findings within 10 work days of the submission of the deliverable by the contractor. The project manager is responsible for the final inspection and acceptance of all deliverables under this delivery order. c.Data Rights. Do you require data rights to deliverables? d. Warranty: VI. INSPECTION AND ACCEPTANCE OF SERVICES 1.The contractor will not be under the direct supervision of government personnel. However, contractor providing services will be monitored and inspected by a designated Government Representative. 2.Contractor performing services under this work statement is an independent contractor who is responsible for accounting and payment of social security taxes, federal income taxes, state income taxes, unemployment insurance premiums, and tort liability. 3.Service units to be paid under the contract will be based upon actual work performed by the contractor and accepted by the government. VII. INVOICING Service units to be paid under the contract will be based upon actual work performed by the contractor and accepted by the government. Invoices shall be submitted electronically via the government ™s Wide Area Workflow System. Payments shall be made by EFT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019215Q4486/listing.html)
- Place of Performance
- Address: DLA Distribution San Joaquin, CA
- Zip Code: Consolidation and Containerization Point (CCP)
- Zip Code: Consolidation and Containerization Point (CCP)
- Record
- SN03744675-W 20150530/150529035212-aa34e8cc1c8196c52d7efb91cf1d0ac5 (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 |