Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2017 FBO #5714
SOLICITATION NOTICE

78 -- Ski Package - Cover Sheet

Notice Date
7/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods 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-Q-0033
 
Archive Date
8/4/2017
 
Point of Contact
Marcus Anthony Schnars,
 
E-Mail Address
marcus.schnars@usmc.mil
(marcus.schnars@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Must fill out and submit with quote REQUEST FOR QUOTATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This is an OCONUS requirement: FAR 19.000(b) applies. The Government intends to issue a single award to the responsible quoter that meets following factors: Best value after consideration of price, technical acceptability, and past performance. However the Government reserves the right to issue multiple awards. 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 Skis, Ski Boots, Ski Bindings, and Ski Poles. This is a "Brand Name" or "Equal" procurement. The referenced brand names 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" items 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 materials awarded under this contract are expected to be delivered 30 days after the award. Delivery shall be made to: Defense Logistics Agency Defense Distribution Depot San Joaquin Tracy Depot, Bldg. 30 CCP 25600 Chrisman Road 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: SKI REFERENCED MFR: ROSSIGNOL BC110 REFERENCED PART#: RHEWF21 OR EQUAL SPECIFICATION LIST: Tip Width 110 millimeters (+/- 2mm) Waist Width 78 millimeters (+/- 2mm) Tail Width 95 millimeters (+/- 2mm) Ski Camber Tip Rocker Metal Edge Full Metal Core Wood Base Waxless Top Sheet Active Cap Ski Size 189 Centimeters Construction Cap & Steel Edge Shall be compatible with CLIN 0002 & CLIN 0004 Qty: 200 EA CLIN 0002: Ski Boots REFERENCED MFR: ROSSIGNOL REFERENCED PART#: RIFW860 OR EQUAL •· SIZE REQUIREMENT: SIZE QTY 7.5W 15 9R 15 9.5R 15 9.5W 20 10R 25 10W 30 10.5R 25 11R 25 12R 15 13.5R 15 •· Shall have free-hinged cuffs with hook-and-loop powerstraps •· Shall have hinged ankle cuff with velcro strap •· Shall have a zip up lace cover •· Shall be insulated •· Shall be water resistant •· Shall have on and off trail capabilities •· Shall be compatible with CLIN 0001 & CLIN 0004 Qty: 200 EA CLIN 0003: Ski Poles REFERENCED MFR: Alpina ASC XT BC REFERENCED PART#: ALP002W OR EQUAL •· SIZE REQUIREMENT: SIZE QTY 130 CM 100 150 CM 100 •· Shall be made of lightweight aluminum •· Shall have an adjustable strap and rubber grip •· Shall have on and off trail capabilities •· Shall have a steel tip Qty: 200 EA CLIN 0004: Ski Bindings REFERENCED MFR: Rottefella REFERENCED PART#: BC Magnum OR EQUAL •· Wide Plate •· Step-In automatic attachment •· Shall be compatible with CLIN 0001 & CLIN 0002 Qty: 200 EA The following FAR clauses and provisions apply: 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). 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 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 Marcus.Schnars@usmc.mil NLT 1630 EST on 19 July 2017. Quoters shall submit their response to this RFQ via email to Marcus.Schnars@usmc.mil or via fax to 011-81-611-745-0959 NLT 1630 EST on 20 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-Q-0033/listing.html)
 
Place of Performance
Address: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376, Tracy, California, 95376, United States
Zip Code: 95376
 
Record
SN04581194-W 20170716/170714235931-640f00112196afad62aa5b1d7adfedd1 (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.