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
MODIFICATION

39 -- Various Warehousing Material

Notice Date
7/24/2018
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - MCIPAC-MCBB, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-18-Q-0115
 
Archive Date
8/14/2018
 
Point of Contact
John duong, Phone: 6458697
 
E-Mail Address
john.duong@usmc.mil
(john.duong@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20150720. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The Government will award to the responsible offeror with acceptable past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* 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 quote for the purchase of Various Warehousing Material. This is a "Brand Name or Equal" procurement. The referenced manufacture for the brand name or equal items 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 offerors 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 offerors shall submit all technical specifications for the Government to review in order to determine technical acceptability. Offerors 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: 1. MCB Camp S D Butler Unit 35002 FPO, AP 96373-5006 2. SW3225 XU DEF DIST DEPOT SAN JOAQUIN CCP WHSE 30 25600 SOUTH CHRISMAN RD TRACY CA 95376-5000 Offerors shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. Offerors shall provide quote for both delivery address. Please see the below for the requirement's details: CLIN0001: Pallet Jack Truck 27x48 Referenced MFR: Global Industrial Referenced Part number: WB585354 -Shall have a loading capacity of 6600lbs -Shall be at minimum 27inches width and 48inches length. -Load wheels shall be 3 polyurethane. -Shall have 5 years limited warranty -Steer Arc shall be at minimum 200 degrees Qty: 040 EA CLIN0002: Pallet Jack Truck 21x48 Referenced MFR: Global Industrial Referenced Part number: WB251784 -Shall have a loading capacity of 5500lbs -Shall be at minimum 21inches width and 48inches length. -Load wheels shall be 3 polyurethane. -Shall have 1 years limited warranty -Steer Arc shall be at minimum 190 degrees -Fork width shall be at minimum 6 inches Qty: 020 EA CLIN0003: 7 Step Steel Safety Rolling Ladder Referenced MFR: Ballymore Referenced Part number: WA073214X-O -Shall have a capacity of 450lbs -Shall be at minimum 32inches width and 55inches Depth. -Shall have a minimum 7 steps -Shall be a rolling ladder Qty: 011 EA CLIN0004: 12 Step Steel Safety Rolling Ladder Referenced MFR: Ballymore Referenced Part number: WA123214P-O -Shall have a capacity of 450lbs -Shall be at minimum 32inches width and 87inches Depth. -Shall have a minimum 12 steps -Shall be a rolling ladder -Step type shall be perforated Qty: 011 EA CLIN0005: Mobile Laptop Charging Station Referenced MFR: Balt Referenced Part number: 27541 -Shall have the space to charge at minimum 20 laptop -Shall have a built-in UL/CSA approved electrical outlets. -Shall be at minimum 33inches width by 20inches depth by 51inches height (+/- 1inches) -Shall be Steel Laminate Construction. -Shall have the minimum of 9 shelves. -Shall be a 120v power voltage. - Shall have minimum of 24 charging outlets. -Shall be a key lock -casters shall be 4" swivel Casters Qty: 005 EA CLIN0006: 42inches Portable Blower Fan- Referenced MFR: Global Industrial Referenced Part number: WG600554 -Fan shall have at minimum 42inches diameter -Shall have 2 speeds type, minimum 13,200 / maximum 17,600 CFM -Shall be a 120v power voltage with a minimum of 1 horsepower -Shall have a maximum 6.5 AMPS. -Shall have at minimum 4 blade -Shall be open air over motor type -Shall have 2 solid rubber wheel Qty: 018 EA The following FAR clauses and provisions apply: FAR 52.204-2 Security Requirements (Aug. 19960 FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.211-6 Brand Name or Equal (Aug 1999) 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 Statues or Executive Orders - Commercial Items (Jan 2017) FAR 52.222-14 Dispute Concerning Labor Standards (Feb 1988) FAR 52.223-18 Encouraging contractor Policies to Ban Text messaging While Driving (Aug 2011) 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), 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. 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 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012), Responsible Offerors 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/ Offerors 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 John.Duong@usmc.mil NLT 1630 EST on 26 July 2018. Offerors shall submit their response to this RFQ via email to John.Duong@usmc.mil NLT 1630 EST on 30 July 2018. Offerors 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/M67400-18-Q-0115/listing.html)
 
Place of Performance
Address: MCB CAMP S D Butler, Unit 35002, FPO, Non-U.S., Japan
 
Record
SN05005832-W 20180726/180724231523-abf957b978a7b09b53db0cda8cf1c8b0 (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.