Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
SOLICITATION NOTICE

73 -- Dry Spinner

Notice Date
6/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335221 — Household Cooking Appliance Manufacturing
 
Contracting Office
M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST FPO,
 
ZIP Code
00000
 
Solicitation Number
M6740016T0097
 
Response Due
6/13/2016
 
Archive Date
6/9/2016
 
Point of Contact
Minako Kinjo 01181989704487
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Dry Spinner FEDERAL SUPPLY CODE: 7320-Kitchen Equipment and Appliances North American Industry Classification System (NAICS): 335221- Household Cooking Appliance Manufacturing SOLICITATION NUMBER: M67004-16-T-0097 SOLICITATION CLOSES: 13May2016 @ 18:00 EST QUESTION CLOSES : 09May2016 @ 18:00 EST Point of Contact: Minako Kinjo PSC 557 Box 2000 FPO AP 96379-2000 Telephone: 011-81-98-970-4487 Fax: 011-81-98-970-0959 Email responses preferred: minako.kinjo.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 2005-87and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20160325. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.Quoters shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. 2.Delivery Location: Defense Logistics Agency Defense Distribution Depot San Joaquin Tracy Depot, Bldg. 30 CCP 25600 Chrisman Road Tracy, CA 95376 3.This is œBrand Name or œEqual procurement. The referenced brand name is not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an equal item to be acceptable for award by the Government. It is the quoters responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted equal items. Therefore, if equal item(s) is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. ********************************************** CLIN0001 Dry Spinner Qty:2EA Manufacturer: North Star Engineered Products Model#:FP-35 Three speed selection, 400, 600, 800 RPM * A/C inverter drive system * 3 selector timer * 20 gallon food grade baskets * 35 lb. capacity * Lid opens automatically at end of cycle * Includes one basket either 3/16 in. or 3/8 in. holes * Air consumption -.1 cfm, 90 psi * Electrical - 230 volt, 60Hz, 3 amps. CLIN0002 Extra basket 3/16 inch holes Qty:1EA CLIN0003 Packing Table Two station with Scales Qty:1EA * Stainless steel construction * Two food grade wash down scales * Two digital readouts * Adjustable bag holder * Shelf to hold inventory of bags * Removable divider in table ********************************************** Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. The following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 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 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-23 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer “System for Award Management (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 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 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.211-7003 Item Identification and Valuation (Dec 2013), DFARS 252.211-7006 Passive Radio Frequency Identification. (Sep 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 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 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 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 52.233-3 Protest After Award (Aug 1996). DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System ”Statistical Reporting in Past Performance Evaluations. (Jun 2015) 252.203-7996 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS ”REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 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/ The quoter must provide the followings 1.Commercial and Government Entity (Cage) code, 2.Contractor Establishment code (DUNS number) and 3.Tax Identification Number. Contractors must be registered in the System for Award Management (SAM) 4.Government Rep name, email address, phone number 5.Estimate Delivery date 6.Discount Terms System Award for Management (SAM) https://www.sam.gov/portal/public/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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740016T0097/listing.html)
 
Record
SN04140163-W 20160608/160606235002-51c45e8e1641642e6a0a1edab58274d5 (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.