Dog trailer2
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 announce... 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 a small business set-aside under NAICS code 336212 size standard of 1000 Emp. 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) 20180928. 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. Questions regarding this requirement must be submitted to Minako.kinjo.ja@usmc.mil no later than 1800 EST on 11Mar2019. Offerors shall submit their response to this RFQ and all questions via email to minako.kinjo.ja@usmc.mil no later than 1800 EST 14Mar2019. SHIPPING INSTRUCTIONS •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 prefers shipment via the United States Postal Service (USPS) to the Fleet Postal Office (FPO) address listed below. Orders ineligible for shipment via USPS due to size, weight, or other restriction, shall be delivered via Defense Logistics Agency Container Consolidation Point (DLA CCP) at Tracy, California, for trans-shipment to its ultimate OCONUS destination via Defense Transportation System. Additional marking and packing instructions apply and will be provided upon award. DLA CCP SHIPMENT D.O. # M67400-XX-F-XXXX Defense Logistics Agency Defense Distribution Depot San Joaquin Tracy Depot, Bldg. 30 CCP 25600 Chrisman Road Tracy, CA 95376 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 the below for the minimun requirement's details: CLIN0001: Dog Transport Trailer: Referenced MFR: Jones Trailer Referenced Part number: SS008 or equal Must be a minimum of (8) stalls with at least a single axle with air-ride suspension and electric brakes. It must include LED lighting for increased safety. It must include a rear mounted led spot light to illuminate training and/or operational areas. It must be equipped with a minimum of 15" steel belt radial tires with a full size spare tire. The internal stalls must measure at least 29" x 30" x 32" tall and include stainless steel hardware with synthetic spray in lining for increased durability. Each stall must be fully insulated, consist of double wall construction, and include welded inner bars for stability. Each stall must include water outlets for each dog to hydrate. To power the water outlet system, the trailer must include a high pressure water pump and a minimum 20 gallon water reservoir. Each stall and storage compartment door must have stainless steel door hinges and latches. Each stall door must have tie out loops for securing dog leashes. The internal and/or external storage compartment must measure at least 24" x 58" x 32" tall. The rear of the trailer must have a foldable table with functional sink for hygiene purposes. All doors and storage compartments must be equipped with gas charged struts to prevent injury to dogs and/or handlers. The trailer must include an externally mounted storage box at the front of the trailer. The trailer must include a climate control system with power generator. This climate control system must include ducts that transfer air directly to each stall. This climate control system must have a method of alerting the dog handlers via pager and/or cellular phone when the climate control system detects stall temperatures reach dangerous levels. The generator must include a meter that tracks operational hours. The trailer must include a minimum 20 gallon aluminum fuel tank. The trailer must include multi-louver vents for each stall to prevent mold and/or the accumulation of hazardous fumes near the dogs. Qty: 2EA The following FAR clauses and provisions apply: 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 52.212-1 Instructions to Offerors, Addendum - see section entitled: Instructions to Offerors 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), FAR 52.247-1 Commercial Bill of Lading Notations (Feb 2006) FAR 52.247-32: F. O. B. Origin, Freight Prepaid, FAR 52.252-1: Provisions Incorporated by Reference, Full text of each FAR and DFARS Provision may be accessed electronically at http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference, Full text of each FAR and DFARS Clause may be accessed electronically at http://farsite.hill.af.mil/ 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 252.204-7008: 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 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.211-7003: Item Unique Identification and Valuation (Mar 2016) DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (JUN 2015), DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2011) 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), (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) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (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 Inspect By DoDAAC Ship To Code M20230 Ship From Code Mark For Code Service Approver (DoDAAC) M20230 Service Acceptor (DoDAAC) M20230 Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (TBA) (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) DFARS 252.232-7010: Levies on Contract Payments (Dec 2006), DFARS 252.243-7001: Pricing of Contract Modifications (Dec 2012), DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) (End of RFQ)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »