RESPIRATOR FIT TESTER
SUBJECT: RESPIRATOR FIT TESTER FEDERAL SUPPLY CODE: 42 - Fire Fighting, Rescue, and Safety Equipment SOLICITATION NUMBER: M67004-19-Q-0016 SOLICITATION CLOSES: July 8, 2019 @ 5:00 PM EST Point of Cont... SUBJECT: RESPIRATOR FIT TESTER FEDERAL SUPPLY CODE: 42 - Fire Fighting, Rescue, and Safety Equipment SOLICITATION NUMBER: M67004-19-Q-0016 SOLICITATION CLOSES: July 8, 2019 @ 5:00 PM EST Point of Contact: George Tipton III, Contracts Department, (Code S1940), Telephone (229) 639-6418, 814 Radford Blvd, STE 20270, MCLC, Albany, GA 31704-1128. Email responses preferred: george.tipton@usmc.mil This Combined Synopsis/Solicitation for commercial supplies is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. This Notice constitutes the only solicitation. This requirement is solicited as a Small Business Set A-Side. The North American Industry Classification System (NAICS) code 334516 Analytical Laboratory Instrument Manufacturing; Size Standard 1000 employees applies. The government reserves the right to make one, multiple, or no award resulting from this solicitation. Notes: 1. This solicitation is for a specific Brand-Name product(s) and extended calibration / warranty that is available only when purchasing new Respirator Testers. A justification for limiting competition is attached to this solicitation. Two Government owned TSI Incorporated Respirator Mask Testers are available for trade-in credit/allowance. Serial No. 42528 and 80250727. 2. Warranty Tracking information in accordance with DFAR 252.246-7006 Warranty Tracking of Serialized Items is required for CLIN 0001. 3. FOB Destination offers preferred. Testers will be shipped to: MCLB Barstow, CA (Yermo Annex) 92311-5015. If offering -FOB Other- offers must include all Shipping Charges. Shipping costs will be included in the evaluation of offers. CLIN 0001: Respirator Fit Tester, TSI Incorporated PortaCount Model 8048 w/accessories and Software, 2-year warranty, Electrical-115VAC. (QTY 2 Ea) See Note (1) above. CLIN 0002: 5 Year Extended Calibration / Warranty for PortaCount 8048. Includes; Comprehensive TSI performed repair and calibration; Repairs 1 - 5 years; Unlimited service for defects in the materials and workmanship Calibrations w/return shipping 1 - 5 years, not to exceed 5 during the contract term. 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: Lowest Priced offer of the Brand Name products only. A review Offerors performance history in the Supplier Performance Risk System (SPRS) for FSC 4240 will also be evaluated. 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 52.209-6 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 52.219-28 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons; 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; 52.233-3 Protest After Award 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 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Identification and Valuation 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 252.247-7023 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »