The RFP Database
New business relationships start here

EOD Training Aids


Armed Forces Pacific, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 2019-01 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20190215. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION.


Basis for Award. The Government intends to issue a single purchase order, and will award to the responsible offeror with satisfactory past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified.


Solicitations for supplies valued less than $1 million will use the past performance evaluation procedures outlined in DFARS 213.106-2 and described in clause 252.213-7000, incorporated herein.


Price evaluation will typically be conducted through price competition, as authorized in FAR 15.4. The offeror's quoted shipping costs, if any, will be included in the price evaluation.


*ONLY OPEN MARKET PRICING WILL BE CONSIDERED*


Addendum to 52.212-1 Instructions to Offerors. 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.


Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. Quotes submitted without the required coversheet will not be evaluated nor considered for award.


This is a "Brand Name or Equal" procurement and the provision at FAR 52.211-6 is incorporated. When quoting ‘equal' items, ensure you are familiar with this provision and the required additional information is submitted for the government to determine technical acceptability.


Offerors shall submit their response to this RFQ and all questions via email to izumi.kinjo.ja@usmc.mil no later than the posted Response Date in this listing.




SHIPPING INSTRUCTIONS (DOOR-TO-DOOR)


1. All materials awarded under this contract are expected to be delivered 30 days after the date of award.


2. Shipping terms shall be F.O.B. Origin - Freight Prepaid in accordance with FAR 52.247-32. In order for your quote to be considered responsive, any associated prepaid shipping costs must be identified in the quote, and will be evaluated as part of the overall price. The offeror may submit a ZERO shipping cost; however, ZERO cost must also be clearly specified in the quote. Failure to fill in the required information may result in your quote being considered non-responsive by the Government.


3. The Government requests offerors submit a quote for Door-To-Door shipping containing the most direct shipment option to the following address:


Mark for:
Unit (TBD)
Okinawa, Japan 901-2100


OVERSEAS SHIPMENTS: This contract is intended for ultimate shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading


. Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids
. Wood packaging materials must be ISPM certified
. Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized


(END SHIPPING INSTRUCTIONS)


Please see attached Item List for the requirement.


 


The following FAR and DFAR provisions apply:


FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998),


Full text of each provision may be accessed electronically at http://farsite.hill.af.mil/


FAR 52.204-7: System for Award Management (Oct 2018),
FAR 52.204-16: Commercial and Government Entity Code Reporting (Jul 2016),
FAR 52.204-17: Ownership or Control of Offeror (Jul 2016),
FAR 52.204-20: Predecessor of Offeror (Jul 2016),
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)
(a) Definitions. As used in this provision-


"Covered telecommunications equipment or services", "Critical technology", and "Substantial or essential component" have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.


(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing-


(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or


(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.


(c) Representation. The Offeror represents that-


It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.


(d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer


(1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);


(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;


(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and


(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).


(End of provision)


FAR 52.204-25 Prohibition on Cotracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)
FAR 52.211-6: Brand Name or Equal (Aug 1999),
FAR 52.212-1 Instructions to Offerors (Oct 2018),


Addendum - see section above entitled: Addendum to 52.212-1 Instructions to Offerors,


DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials (Nov 2011),
DFARS 252.209-7999: Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation 2012-O0004) (Oct 2018),
DFARS 252.213-7000: Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (Mar 2018),


 


The following FAR and DFAR clauses apply:


FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998),


Full text of each clause may be accessed electronically at http://farsite.hill.af.mil/


FAR 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018),
FAR 52.204-13: System for Award Management Maintenance (Oct 2018),
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016),
FAR 52.204-19: Incorporation by Reference of Representations and Certifications (Dec 2014),
FAR 52.209-6: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015),
FAR 52.209-10: Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015),
FAR 52.212-4: Contract Terms and conditions - Commercial Items (Oct 2018),
FAR 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items DEVIATION (Jan 2019),
FAR 52.222-19: Child Labor -- Coorperation with Authorities and Remedies (Jan 2018),
FAR 52.223-18: Encouraging contractor Policies to Ban Text messaging While Driving (Aug 2011),
FAR 52.232-33: Payment by Electronic Funds Transfer -System for Award Management (Oct 2018),
FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors (Dec 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 52.247-1: Commercial Bill of Lading Notations (Feb 2006),
FAR 52.247-32: F.O.B. Origin, Freight Prepaid (Feb 2006),


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 252.204-7003: Control of Government Personnel Work Product (Apr 1992),
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016),
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013),
DFARS 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017),
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 (Dec 2018),
DFARS 252.232-7006: Wide Area Work Flow Payment Instructions (Dec 2018),


(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:


(1) Document type. The Contractor shall use the following document type(s): Combo Report


(2) (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.


(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.


Routing Data Table*



Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC M67443
Issue By DoDAAC M67400
Admin DoDAAC M67400
Ship To Code TBA
Service Acceptor (DoDAAC) TBA


(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.


(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.


(g) WAWF point of contact.


(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
(TBA)
(End of clause)


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 1991),
DFARS 252.244-7000: Subcontracts for Commercial Items (Jun 2013),
DFARS 252.247-7023: Transportation of Supplies by Sea (Feb 2019)


(End of RFQ)


Izumi Kinjo, Phone 01181989708538, Email izumi.kinjo.ja@usmc.mil - Tiffany L. Nelson, Contracting Officer, Phone 315-645-4487, Email tiffany.nelson@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP