Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2017 FBO #5696
SOLICITATION NOTICE

71 -- Clock System - Cover sheet

Notice Date
6/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) 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
M67400-17-T-0083
 
Archive Date
7/21/2017
 
Point of Contact
Robert F. Siewert, Phone: 3126458540
 
E-Mail Address
robert.siewert@usmc.mil
(robert.siewert@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Fill out and return with quote 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 2005-95 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20161222. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This procurement is not a small business set-aside. This is an OCONUS requirement: FAR 19.000(b) applies. The award will be made to the vendor who offers the Best Value which will include a technical evaluation, an evaluation of overall price and an evaluation of the service providers past performance history in the Past Performance Information Retrieval System (PPIRS-SR). The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. The Government is soliciting quotes for the purchase of System Clocks. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* This is a "Brand Name" or "Equal" procurement. The referenced brand name(s) is(are) 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(s) is(are) 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 required coversheet may result in your quote being considered non-responsive by the Government. All quotes shall be submitted in English. All materials awarded under this contract are expected to be delivered 30 days after the award. Delivery shall be made to: Delivery Location: Defense Logistics Agency Defense Distribution Depot San Joaquin, Tracy Depot 25600 Chrisman Road Bldg: 30 CCP Tracy, CA 95376 Quoters 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: Time Zone Clock, 5-sone REFERENCED MFR: Sapling Company REFERENCED PART#: SBD-10B-256-4 OR EQUAL - Display digital clocks (100 ft [30.48m] visibility) - 6-digit, vibrant red display color - Immediate correction for time change - Clocks will not deviate from each other - 12 or 24 hour format - Loss of communication alert - Diagnostic LEDs for visual indication - No battery backup required - Plug in Molex connectors - Input voltage per clock: 7 - 28 VDC (24 volt model) - Average Current Consumption per clock: 85 mA@24 VAC - International daylight saving time capabilities - Customizable time zone name plates to signify the area's time the clock is displaying - Each clock is pre-wired on lightweight aluminum extrusion - Signal Input: 2-Wire Digital Communication - Shall connect and be compatible with CLIN 0002 and 0003 with all required accessories for installation. Qty: 005 EA CLIN 0002: Master Clock REFERENCED MFR: Sapling Company REFERENCED PART#: SMA-3S0-OOZZ-04 OR EQUAL - Works on two wires and provides connection to the clocks as often as once per second - Master Clock and Converter Box - Master Clock sends data to the Converter Box. The Converter Box acts as both a power supply and an amplifier of the data signal so it can send both 24VDC and the data on the same pair of wires to the slave clocks. - System is capable of supporting both analog and digital 24 volt clocks which can be used together in the same system. - LED display - Pushbutton keyboard - Simple Network Time Protocol (SNTP) Input Capability: up to 10 server addresses can be pre-programmed into the unit for continuous, accurate synchronization (with web interface software upgrade); Dynamic Host Configuration Protocol (DHCP) capable - Interfaces with other systems: interfaces with 59 and 58 minute correction, National Time, Rauland, and Dukane digital - 12 or 24 hour mode - Microprocessor based - RS485 input and output for time correction and synchronization - Two relays for simultaneous correction of two synchronous wired clock systems - Field programmable - Ten year battery backup for timekeeping - Crystal time base - Voltage input: 100 - 240 VAC, 50/60 Hz - Built in calendar with leap years - Nonvolatile Electronically Erasable Programmable Read-Only Memory (EEPROM) - Includes: power cord and wall mount kit - Shall connect and be compatible with CLIN 0001 and 0003 with all required accessories for installation. Qty: 002 EA CLIN 0003: Slave Clock REFERENCED MFR: Sapling Company REFERENCED PART#: SAM-1BS-16R-1 OR EQUAL - Color: Black frame with white clock face, black hands - Automatic communication protocol identification - Fully automatic plug and play; no settings required - Automatic frequency detection - Diagnostic LEDs - Built in self-test function - Automatic polarity detection - Remote system diagnosis - Microprocessor based movement - Clocks will not deviate from each other - Smooth surface metal case - Hour, minute and second hands - Energy efficient 35mA@ 24 VAC (voltage) - Wide dynamic range for input voltage 7 VAC - 28 VAC (24V model, 3 wire - system) - Plug in Molex connectors - Side molded, polycarbonate crystal - Time Base: 50/60 Hz - Connection Current Consumption: 10mA - Display: 24 hour - Hand tolerance: hour and minute hand - ± ¼ minute; second hand - ± ½ - Power kit includes: 5 pin power harness (18 AWG), ground wire (18 AWG), - 10-12 blue plastic anchor, sheet metal screw 10X1.5, two machine screws 6- - 32X1/2, two 4mm thread, 10mm length screw - Signal Input: 2-Wire Digital Communication - Shall connect and be compatible with CLIN 0001 and 0002 with all required accessories for installation. Qty: 030 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 (Oct 2016), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 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 (Jan 2017), FAR 52.212-2 Evaluation-Commercial Items (Oct 2014), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016), 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 ¥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 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-23 Assignment of Claims (May 2014) FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), FAR 52.233-1 Disputes (May 2014), 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 (OCT 2016). DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (OCT 2016), DFARS 252.209-7998 Representation by Corporations Regarding Conviction of a Felony Criminal (Deviation 2012-O0007). 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 (MAR 2016), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (JUN 2015), 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.(DEC 1991), 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, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to robert.siewert@usmc.mil NLT 1800 EST on 5 July 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 6 July 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/M67400-17-T-0083/listing.html)
 
Record
SN04556967-W 20170628/170626234155-a16a0076ab8676e2326b995234e31ef2 (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.