Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2016 FBO #5236
SOLICITATION NOTICE

36 -- Solar Powered Glycol Distiller with Installation and Training in Okinawa Japan

Notice Date
3/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery 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
M67400-16-T-0061
 
Point of Contact
Isoko Tomimoto, Phone: 011816117458695, Garvey M. Adkins, Phone: 011816117455294
 
E-Mail Address
isoko.tomimoto.ja@usmc.mil, garvey.adkins@usmc.mil
(isoko.tomimoto.ja@usmc.mil, garvey.adkins@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Solar Powered Glycol Distiller with Installation and Training in Okinawa Japan FEDERAL SUPPLY CODE: 4620 SOLICITATION NUMBER: M67400-16-T-0061 SOLICITATION CLOSES: 4 Apr 2016 @ 5:00 PM (PST) Point of Contact: Isoko Tomimoto PSC 557 Box 2000 FPO AP 96379-2000 Telephone: 011-81-98-970-8695 Fax: 011-81-98-970-0959 Email responses preferred: isoko.tomimoto.ja@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. The Regional Contracting Office-MCIPAC intends to solicit and award a Firm Fixed Price contract for this requirement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20160226. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The Government intends to issue a single award to the responsible quoter that meets following factors: Lowest Price Technically Acceptable. Please see the following for the requirement's details: *Statement of Work for Solar Powered Glycol Distillation Unit: A glycol distillation unit will support MCB Butler in reducing the volume of waste disposal from used antifreeze (coolant) generated by its motor pools, heavy equipment shops and tenants aboard its installation. Antifreeze recovery distillation is a process in which used coolants are boiled and the Ethylene Glycol is recaptured utilizing solar powered vacuum tubes, eliminating the water content by evaporation. The unit must have solar capabilities and backup plug in wall power when inclement weather does not provide adequate sun for solar tubes to be effective. The following listing of equipment shall be comprised of the entire distillation unit. Equipment listing: Solar vacuum tube panels, cylindrical to capture the sun rays at all angles. Each solar panel system shall be mounted on caster wheels for easy tear down and storage. Tube panels shall be mobile for ground use. Tubes shall be rated at 125mph maximum winds and also 1" hail impact resistance. Panels shall be equipped with quick disconnect assemblies for reduced spillage when connecting transfer hoses. To include all hose assemblies to connect panels in parallel and to the boiler tanks. All hose assemblies shall have a quick disconnect feature for operator ease. All hoses and piping shall have heat insulation to reduce heat transfer of the system. 2 each - Hot water (boilers) tanks (with heating elements) with an acceptable capacity of 40-60 gallons each. Boiler tanks shall be coated with a non-permeable heat resistant liner for protection to operators. A safety pressure release valve and pressure gauge on each tank. 1 each - Condenser tank an acceptable capacity of 80-120 gallons, to collect concentrated fluids. 1each - Circulation pump to pump fluids from the boiler tanks to the solar tubes. 1 each - Inspection port/spout to sample system output. 1 each - Cooling loops for the condensation process. 1 each - Vacuum pump to pull completed condensed fluids from system. 1 each - Associated electrical plugs, switches, harnesses, and lines to plug in a 110/220 voltage wall outlet. 2 each - Replacement kit that shall include at a minimum; seals, gaskets, hoses, gauges, sampling spot, pressure relief valve. This procurement also includes complete set-up of the system, diagnostics, troubleshooting, and leak detection. The vendor team shall ensure the system is at full operational functionality before the US government will accept the system "as is". The system shall be assembled in a government furnished facility, located on Camp Foster, Building 5609, Chatan-Cho, Okinawa, Japan 904-0100. In addition, the vendor shall provide a basic instructional class for US Government operators to ensure they are aware of hazards, basic concepts, daily operations, preventative maintenance and trouble shooting. A printed handout of the class along with the system operations manual shall be provided. Class operations shall be 2 days at minimum. Period of Performance: Contractor shall complete all work within 60 days after receipt of order. (End of Statement of Work). Notes: 1. Quoter is required to submit the following as part of its Quote: a) Price: Quote shall be submitted by using the following CLINs structure: CLIN 0001: Solar Powered Glycol Distillation Unit CLIN 0002: Installation and 2-days Training CLIN 0003: Travel Related Expense Per Diem, Lodging, Travel Charges, shall be paid in accordance with, and will not exceed, Maximum Travel Per Diem Allowances for Foreign Areas as prescribed by the U.S. Department of State. Rates can be found at http://aoprals.state.gov/web920/per_diem.asp. The Contractor shall submit all related receipts along with invoice prior to payment. *AIR FARE: $---. -Authorized but not to exceed (receipts are required for payment). *LODGING: ($--- X # of nights) = $---. -Authorized but not to exceed (receipts are required for payment). (Lodging cost based on the usage of on-base facilities, if available). *RENTAL CAR: $---. -Authorized but not to exceed (receipts are required for payment). *PER DIEM: ($-- X # of nights) = $---. CLIN 0004: Shipping and Handling Delivery Location: Camp Foster, Building 5609, Chatan-Cho, Okinawa Japan 904-0100. b) Technical Competence: Quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. c) Delivery Schedule: Quoter shall provide Delivery, Installation & Training schedule. ********************************************************* The following provisions and clauses apply to this acquisition: FAR 52.204-2 Security Requirement (Aug 1996), FAR 52.204-7 System for Award Management, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.211-17 Delivery of Excess Quantities (Sep 1989), FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 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 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000): If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the Government Fiscal Year Budgetary Exchange Rate of ¥121.83 to a dollar in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), FAR 52.233-3 Protest After Award (Aug 1996), 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), DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011), DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014), DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001), DFARS 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)(OCT 2015). DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations (Deviation 2016-O0002) (Oct 2015). DFARS 252.211-7003 Item Unique Identification and Valuation (Dec 2013), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), DFARS 252.229-7001 Tax Relief (Sep 2014), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012), DFARS 252.246-7006: Warranty Tracking of Serialized Items.(Jun 2011), Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions. Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under the resultant contract shall comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final Standards can be accessed at http://www.access-board.gov/sec508/standards.htm. Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Quoters responding to this announcement shall provide the information required by 252.212-7000 Offeror Representations and Certifications-Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/. Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. *OVERSEAS SHIPMENTS: This contract is intended for shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading. Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids. Wood packaging materials must be ISPM certified. Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized *The quoter shall provide its current up to date Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. *Email (preferred) or faxed quotes with cover sheet and all of the above required information (call the P.O.C. before faxing) shall be provided. All quotes shall be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above. *Please address any questions regarding this requirement via email to isoko.tomimoto.ja@usmc.mil by 28 MAR 2016 at 5:00 P.M. (PST). Any questions received after the date and time specified will not be answered unless the Contracting Officer determines it is in the best interest of the Government to answer the question(s). (End of Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-16-T-0061/listing.html)
 
Record
SN04059294-W 20160325/160323234517-f5dfd63d680637b14a132d54e607f638 (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.