SOURCES SOUGHT
81 -- LS MOBI Mat Cages - RFI
- Notice Date
- 2/8/2017
- Notice Type
- Sources Sought
- NAICS
- 332439
— Other Metal Container 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
- M2904817SU00010
- Archive Date
- 3/2/2017
- Point of Contact
- Robert F. Siewert, , Jose Gil,
- E-Mail Address
-
robert.siewert@usmc.mil, jose.a.gil@usmc.mil
(robert.siewert@usmc.mil, jose.a.gil@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought 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. This sources sought document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20161222. The Government is seeking sources for the purchase of LS Mobi Mat Cages. * THIS IS A SOURCES SOUGHT REQUEST ONLY. NO AWARD WILL BE MADE OFF THE INFORMATION PROVIDED. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* This is a "Brand Name" or "Equal" 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 quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted "equal" item(s). Therefore, if "equal" item is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. All information provided shall be submitted in English. Delivery shall be made to: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg.30 CCP, 25600 Chrisman Road, Tracy, CA 95376 Responders shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. Please see the below for the requirement's details: CLIN 0001: Removable Side Pallet REFERENCED MFR: DESCHAMPS REFERENCED PART#: 157154 OR EQUAL - Dimensions: 13ft.L x 4ft. 6in.H x 3ft.W - Shall have 14 ft. removable sides. - Shall have vertical bars on the long sides. - Material: Galvanized steel. - Shall have a green plastic cover. - Shall have the capability to be moved by fork lift. - Shall have the ability to be stacked. - Shall have ability to be transported by truck or ship. Qty: 002 EA 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 52.211-6 Brand Name or Equal (Aug 1999), 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 52.219-1 Small Business Program Representations (Oct 2014), FAR 52.219-28 Post-Award Small Business Program Representation (Jul 2013), 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 52.233-3 Protest After Award (Aug 1996), 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 ¥122.4519 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 52.232-1 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 52.233-3 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 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 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.211-7003 Item Unique Identification and Valuation (Dec 2013), 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (JUN 2015), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), 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). Payment shall be made electronically by DFAS Columbus, Ohio. Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/. Questions regarding this requirement must be submitted to Robert.siewert@usmc.mil or jose.a.gil@usmc.mil NLT 1800 EST on 13 Feb 2017. Quoters shall submit their response to this RFQ via email to robert.siewert@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 15 Feb 2017. Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT then the expiration of this RFQ. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M2904817SU00010/listing.html)
- Record
- SN04395206-W 20170210/170208234110-c0288d9c3230be469e9075eddc1580c7 (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 |