SOLICITATION NOTICE
51 -- Miscellaneous Tools - Combined Synopsis-Solicitation
- Notice Date
- 4/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333515
— Cutting Tool and Machine Tool Accessory Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Hawaii Kaneohe Bay, Box 63063, Kaneohe Bay, Hawaii, 96863-3063, United States
- ZIP Code
- 96863-3063
- Solicitation Number
- M67400-14-T-0074
- Archive Date
- 4/30/2014
- Point of Contact
- Jose A Gil, Phone: 3126458697, Gary Scidmore, Phone: 3126458694
- E-Mail Address
-
jose.a.gil@usmc.mil, gary.scidmore@usmc.mil
(jose.a.gil@usmc.mil, gary.scidmore@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Required coversheet. Combined Synopsis-Solicitation. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-14-T-0074 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and Defense Federal Acquisition Supplement Publication Number (DPN) 20140331. The FSC code is 5180 and the NAICS code is 333515. The Government is soliciting quotes for the purchase of miscellaneous tools and kits. The Government intends on issuing a single order to the quoter that is lowest priced technically acceptable. *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' items. Therefore, if "Equal" items are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Failure to provide the technical specifications for the "equal" item or the required coversheet will result in your quote being considered non-responsive by the Government. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. 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 point from local quotes is: Bldg 478, Camp Foster, Chatan-Cho, Okinawa, Japan 904-0100 Delivery point from quotes within CONUS: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg.30 CCP, 25600 Chrisman Road, Tracy, CA 95376 Please see the below for the requirement's details: ALL EQUIPMENT MUST MEET ALL THE REQUIREMENTS OF NFPA STANDARD ON FIRE EQUIPMENT (2007 EDITION). CLIN 0001: PUBLIC LOCKOUT KIT REFERENCED MFR: BIG EASY REFERENCED PART#: 32911 OR EQUAL -Lock out Kit for entry into locked vehicles Kit -Shall include: ~Unlocking Bar Mechanism ~Easy wedge ~Paint protector ~Wedge ~Lock knob lifter Qty: 016 ea CLIN 0002: WATER PROOF FLASH LIGHT REFERENCED MFR: PELICAN REFERENCED PART#: 562-4000B-YELLOW OR EQUAL -Peak Beam Candlepower: 100,000 -Tested Lumens: 251.4 -Watts: 14.4 -Battery Burn time: 10-12 Hrs. -Lamp Life: 60 hours -Color: Yellow -Submersible to 500 feet -Shall include a dual filament back-up safety lamp with 30 hours of light in each filament -Shall include a battery protection system that protects the batteries -Shall include a multi position handle Qty: 014 ea CLIN 0003: FIRE ENGINE BALL INTAKE VALVE REFERENCED MFR: TASK FORCE TIPS REFERENCED PART#: AB7HNRNT OR EQUAL -4.5" NHF x 5" NHF -Maximum operating pressure: 250 psi -Hydrostatic strength test: 900 psi -Shall have a finish that provides maximum corrosion protection -Hand wheel shall meet the NFPA slow close requirements of 7 1/2 turns to open -Shall have an position indicator that shows if the valve is open or closed -Shall be able to switch the valve hand wheel from the right side to the left side -Shall be equipped with a 3/4" air bleed valve -To be used with Nissan Fire Trucks Qty: 003 ea CLIN 0004: ONE MAN HOSE ROLLER REFERENCED MFR: KOCHEK REFERENCED PART#: KHR-1 OR EQUAL -Roller shall eject water from hose up to 4" -Roller shall have scissor design Qty: 007 ea CLIN 0005: HOSE COUPLING REFERENCED MFR: MOON REFERENCED PART#: MOO3791511524 OR EQUAL -Double female swivel adapter -Shall be coated for maximum corrosion resistance -1.5" x 1.5" NH threads -3515N15N Qty: 028 ea CLIN 0006: CRIBBING KIT REFERENCED MFR: TURTLE PLASTICS REFERENCED PART#: QR2Y OR EQUAL -Color: Yellow -Shall include ~2 - Standard Step Chocks ~2 - Stepped Wedges, 3" Wide x 8.5" Long ~1 - Lock Block, 1" x 9" ~1 - Lock Block, 2" x 9" ~1 - Carrying Bag -Shall be made from a material that will not absorb gas, oil, chemicals, or bio-hazardous substances Qty: 007 ea CLIN 0007: WHEEL CHOCK REFERENCED MFR: CHECKERS INDUSTRIAL SAFETY PRO REFERENCED PART#: UC1700 OR EQUAL -Ethane construction -Shall be resistant to oil and chemical -Shall have mounting holes for chains or cables -Dimensions: 7.5"w X 8.5"l X 6.2"h Qty: 016 pair CLIN 0008: BALL INTAKE VALVE REFERENCED MFR: TASK FORCE TIPS REFERENCED PART#: AB7HNRNX OR EQUAL -4.5" NHF x 6" NHF -One 4.5" NHF free swivel with one 6.0" NHF threaded swivel outlet -Adjustable relief/dump valve (75 to 250 psi) -.75" bleeder valve -Folding hand wheel spinner Qty: 003 ea CLIN 0009: SUPER DUTY RESCUE KIT REFERENCED MFR: AJAX REFERENCED PART#: 911-RK OR EQUAL -Shall include ~(1) Hammer for.498-in. shank tools ~(1) Retainer ~(1) Regulator ~(2) Ergo Chisel Grip (non-turn) ~(1) 12" Moil Point (non-turn) ~(2) Double Blade Panel Cutter (non-turn) ~(2) Kwik Cutter (non-turn) ~(2) 18" Kwik Cutter (non-turn) ~(2) Double Blade Panel Cutter (turn-type) ~(2) Kwik Cutter (turn-type) ~(2) 18" Kwik Cutter (turn-type) ~(1) 15ft of 3/8" Hose ~(1) 3/8" Male Connector (1/4" NPT hammer) ~(1) 3/8" Male Connector (1/4" NPT regulator) ~(1) 3/8" Female Coupler (3/8" NPT hose) ~(1) Gauge Guard ~(1) 20" Steel Kit Box ~(1) Strip Peek Trim Removal Tool ~(1) Kit Box Liner ~(1) 4-oz. Oil Qty: 003 ea CLIN 0010: HOSE PACK REFERENCED MFR: R&B FABRICATION REFERENCED PART#: GS-M/S-HP-36 OR EQUAL -Size: 36" -Shall be constructed of heavy 22 oz. reinforced vinyl with double thickness side, bottom and ends -Shall have a center handle for a one person carry and two end handles for a two person carry -Shall be able to secure the contents -Shall hold up to 100 ft. of 1.5 or 1 ¾" hose. Qty: 017 ea The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996), FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.211-17 Delivery of Excess Quantities (Sep 1989), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-8 Discounts for Prompt Payment (Feb 2002), FAR 52.232-33 Payment by Electronic Funds Transfer (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), 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 Requirement Relating to Compensation of Former DOD Officials (Sep 2011), DFARS 252.203-7002 Requirement to Inform Employees of Whistle Blower Rights (Sep 2013), DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.211-7003 Item Identification and Valuation (Dec 2013), DFARS 252.211-7006: Radio Frequency Identification (Sep 2011), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jan 2012), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997), and DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991). The following Provisions apply to this RFQ: FAR 52.204-7 System Award for Management( Jul 2013), FAR 52.211-6 Brand Name or Equal (Aug 1999), 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 52.233-3 Protest After Award (Aug 1996) and DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Dec 2013) Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/. Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (May 2013) Wide Area Work Flow Payment Instructions. Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. 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 jose.a.gil@usmc.mil NLT 1800 EST on 11 Apr 2014. Quoters shall submit their response to this RFQ via email to jose.a.gil@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 15 Apr 2014. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-Far East NLT then the expiration of this RFQ. Alternate Point of Contact: GySgt Scidmore, Gary N., gary.scidmore@usmc.mil. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00318/M67400-14-T-0074/listing.html)
- Place of Performance
- Address: Delivery point from local quotes is:, Bldg 478, Camp Foster, Chatan-Cho, Okinawa, Japan 904-0100, Delivery point from quotes within CONUS:, Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg.30 CCP, 25600 Chrisman Road, Tracy, CA 95376, United States
- Zip Code: 95376
- Zip Code: 95376
- Record
- SN03333652-W 20140410/140409022536-679105a46ae9eae008b9fc0a1a0b1adc (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 |