SOLICITATION NOTICE
34 -- IED LANES - Combined Synopsis/Solicitation
- Notice Date
- 8/18/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332216
— Saw Blade and Handtool 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
- M67400-15-T-0154
- Archive Date
- 9/10/2015
- Point of Contact
- Cassandra M. Garcia, Phone: 3126458697
- E-Mail Address
-
cassandra.garcia@usmc.mil
(cassandra.garcia@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Coversheet RFQ This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business concerns will be accepted by the Government. The NAICS code is 332216 and the size standard is 500 employees. Any quote that is submitted by a contractor that is not a small business concern and does not meet the size standard shall not be considered for award. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-15-T-0154 applies and is issued as a Request for Quotation (RFQ). The Government intends on issuing a single order to the quoter that is the lowest price technically acceptable. However, if deemed in the best interest of the Government multiple awards will be considered. This is a "Brand Name" or "Equal" procurement. The referenced brand names and the salient physical, functional, or performance characteristics are not intended to be restrictive, but represent the minimum requirements of the Government and must be met in order for any 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' item. Therefore, if an "equal" item is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. **Failure to provide the technical specifications and the required coversheet may result in your quote being considered non-responsive by the Government. ** All materials awarded under this contract are expected to be delivered 30 days after the award. The Government is requesting F.O.B. Destination, which means that all shipping costs should be inclusive of the total quoted amount. Delivery shall be made to: SW3225 XU DEF DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 Questions regarding this requirement must be submitted to cassandra.garcia@usmc.mil NLT 1800 EST on 24 Aug 2015. 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 26 Aug 2015. CLIN 0001: ROPE - Minimum Length: 200m - Minimum Strength Rating: 6500lbs - Minimum Diameter: 11.5mm (7/16") - Acceptable Colors: Solid Black, Coyote Brown, Olive Drab Qty: 017 ea. CLIN 0002: CHAINSAW REFERENCED MFR: STIHL REFERENCE P/N: MS 291 OR EQUAL - Power Source: Gas - Shall Include: 16 inch Bar - Minimum Fuel Capacity: 500 cc (16.9oz) - Minimum Guide Bar Length: 16 inch Bar - Maximum Guide Bar Length: 20 inch Bar Qty: 001 ea. CLIN 0003: CHAINSAW REPLACEMENT BAR REFERENCED MFR: STIHL - Length Shall be: 16 inch Bar - Sprocket Shall be Interchangeable - Material Shall be: High Grade Steel - Minimum Metal Plates: Three Electrically Wielded (Laminated Guide Bars) - Shall be Compatible with CLIN 0002: Chainsaw Qty: 002 ea. CLIN 0004: CHAINSAW REPLACEMENT BAR REFERENCED MFR: STIHL - Length Shall be: 20 inch Bar - Sprocket Shall be Interchangeable - Material Shall be: High Grade Steel - Minimum Metal Plates: Three Electrically Wielded (Laminated Guide Bars) - Shall be Compatible with CLIN 0002: Chainsaw Qty: 002 ea. CLIN 0005: CHAINSAW REPLACEMENT CHAIN REFERENCED MFR: STIHL - Length Shall be: 16 inch - Type: Three carbide tipped at 0.325 inch Pitch - Shall be Compatible with CLIN 0002: Chainsaw and CLIN 0003: Chainsaw Replacement Bar Qty: 004 ea. CLIN 0006: CHAINSAW REPLACEMENT CHAIN REFERENCED MFR: STIHL - Length Shall be: 20 inch - Type: Three carbide tipped at 0.325 inch Pitch - Shall be Compatible with CLIN 0002: Chainsaw and CLIN 0004: Chainsaw Replacement Bar Qty: 004 ea. CLIN 0007: STRING TRIMMER REFERENCED MFR: STIHL REFERENCE P/N: FS 70 R OR EQUAL - Power Source: Gas - Feed Type: Automatic - Minimum Fuel Capacity: 340 cc (11.5oz) Qty: 002 ea. CLIN 0008: LANDSCAPING MULTI TOOL REFERENCED MFR: STIHL REFERENCE P/N: KM 90 R OR EQUAL - Power Source: Gas - Minimum Fuel Capacity: 530 cc (18.0oz) - Shall have the Capability to allow for Interchangeable Attachments Qty: 002 ea. CLIN 0009: BRUSHCUTTER REFERENCED MFR: STIHL - Material: Metal Alloy - Shall Include 4 Tooth Grass Blade - Shall Attach to CLIN 0008: Landscaping Multitool Qty: 001 ea. CLIN 0010: LINE HEAD TRIMMER REFERENCED MFR: STIHL - Material: Metal Alloy - Feed Type: Automatic - Shall Attach to CLIN 0008: Landscaping Multitool Qty: 001 ea. CLIN 0011: POLE PRUNER REFERENCED MFR: STIHL - Shall Include: 12 inch Bar with Chain - Minimum Guide Bar Length: 12 inches - Shall Attach to CLIN 0008: Landscaping Multitool Qty: 001 ea. CLIN 0012: BLOWER REFERENCED MFR: STIHL - Minimum Velocity: 139 MPH - Shall Attach to CLIN 0008: Landscaping Multitool Qty: 001 ea. CLIN 0013: SMALL FOREST AXE - Shall Include Sheath - Maximum Length: 20inches (Intent is to fit into a standard Backpack) Qty: 001 ea. CLIN 0014: REPLACEMENT HANDLE - Minimum Length: 36 Inches - Shall Attach to CLIN 0013: Small Forest Axe (Head) Qty: 004 ea. CLIN 0015: REPLACEMENT HANDLE - Minimum Length: 36 Inches with a Bent Grip - Shall Attach to CLIN 0013: Small Forest Axe (Head) Qty: 004 ea. The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements, FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012), FAR 52.219-1 Small Business Program Representations Alternate I, FAR 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28 Post-Award Small Business Program Representations, 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 (Oct 2003), 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), DFAR 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFAR 252.211-7003 Item Identification and Valuation (Aug 2008), DFARS 252.211-7006: Radio Frequency Identification (Feb 2007), DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 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 (May 2013), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-1 Instructions to Offeror -- Commercial Items (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011), and FAR 52.233-3 Protest After Award (Aug 1996). 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. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-15-T-0154/listing.html)
- Record
- SN03844956-W 20150820/150819001101-1566d169c1dd867eb9a62b6fdbb71072 (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 |