Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOLICITATION NOTICE

63 -- DURA 1500 PC RFID TAGS

Notice Date
7/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Logistics Command (LOGCOM), 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
 
ZIP Code
31704-1128
 
Solicitation Number
M67004-18-Q-0082
 
Archive Date
8/15/2018
 
Point of Contact
George Tipton, Phone: 2296396418
 
E-Mail Address
george.tipton@usmc.mil
(george.tipton@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: DURA 1500 PC RFID TAGS FEDERAL SUPPLY CODE: 63 - Alarm, Signal, and Detection Systems SOLICITATION NUMBER: M67004-18-Q-0082 SOLICITATION CLOSES: 31 July 2018 5:00 PM EST Point of Contact: George Tipton III, Contracts Department, (Code S1940), 814 Radford Blvd, STE 20270, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6418, Email responses preferred: george.tipton@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in, or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is for Brand Name or Equal products and is 100% set-aside for Small Bussiness sources. The North American Industry Classification System (NAICS) code 334419 Other Electronic Component Manufacturing ; Size Standard 500 employees applies. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1. Transportation / Freight: FOB Destination offered pricing is preferred. If offering FOB Other, include the freight price in the offer as an additional Line Item which will be included in the total price evaluation for award. The delivery location is Marine Corps Logistics Base, Albany, Georgia 31704 2. Packaging: Tags are to be Bulk Packaged. CLIN 0001: Passive RFID Tags (Qty 12,150 Ea) Omni-ID Dura 1500 Part # 008-PC-GS:402:503:313 (Desert Sand), 3M 4026 foam adhesive backed, NSN 6350-01-652-3127, (or equal - see salient characteristics below). CLIN 0002: Passive RFID Tags (Qty 71,650 Ea) Omni-ID Dura 1500 Part # 008-PC-GS:401:503:313 (Olive Drab), 3M 4026 foam adhesive backed, NSN: 6350-01-652-3452, (or equal - see salient characteristics below). Equal Salient Characteristics: User memory, approximately 500 -512 bit Consistent read performance - regardless of orientation of mount, approximately 50 foot, IP 68 rated, Polycarbonate Case w/low profile, approximately 140 x 66 x 17mm Operating temperatures -40 to 100 degrees C Foam adhesive Backing - 3M 4026 or equivalent Impact resistance- > 25kg at 1 meter Shock and Vibration - Mil Std 810- F Frequency - 860 to 930 MHz ISO 18000-6C (EPC Gen 2, Class I) 3 year warranty The following FAR/DFAR Clauses/Provisions apply: 52.212-2 -- Evaluation -- Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made to the Lowest Priced, Technically Acceptable offer with consideration of each Offeror's past performance history in the Past Performance Information Retrieval System (PPIRS-SR NG) for FSC 6350. 52.203-3 Gratuities 52.203-6(Alt I) Restrictions on Subcontractor Sales to the Government 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-19 - Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3(Alt 1) Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons; 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-18 Encouraging Contractor Policies to BAN Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil/ 52.252-2 Clauses Incorporated by Reference: http://farsite.hill.af.mil/ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.246-7006 Warranty Tracking of Serialized Items; 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea; Offerors responding to this solicitation must be registered in the System for Award Management ( SAM) https://www.sam.gov/portal/public/SAM/ and Wide Area Workflow (WAWF) https://wawf.eb.mil to be considered for award. The offeror must provide their Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. The United States Marine Corps utilizes ( WAWF) as it's ONLY authorized method to electronically process vendor requests for payment. All responsible small business sources may submit a quote which shall be considered. Email (preferred) quotes and all of the above required information to the above P.O.C... All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M67004-18-Q-0082/listing.html)
 
Place of Performance
Address: Door 19 Bldg. 1330, 814 Radford Blvd., Albany, Georgia, 31704, United States
Zip Code: 31704
 
Record
SN05005411-W 20180726/180724231341-91d3117958da4ab70499bac6f6cad424 (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.