Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2003 FBO #0556
MODIFICATION

83 -- Procure Linen Type Merchandise

Notice Date
6/6/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Hawaii Contracting Office (Kaneohe Bay), Box 63063, Kaneohe Bay, HI, 96863-3063
 
ZIP Code
96863-3063
 
Solicitation Number
M00318-03-K-0811
 
Response Due
6/20/2003
 
Archive Date
7/5/2003
 
Point of Contact
Rodney Shimabukuro, Contract Specialist, Phone 808-257-0044, Fax 808-257-2350,
 
E-Mail Address
shimabukurort@mcbh.usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is issued to add additional specifications to Item 0003 - Blankets, and Item 0004 - Bedspreads. The additional specification for Item 0003 - Blankets is to add "Fire Retardant" and Item 0004 - Bedspread add "Quilted." 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 announcement constitutes the only solicitation; proposal being required for a Firm-Fixed Price Contract. The point of contact for this solicitation is Rodney Shimabukuro, Ph. (808) 257-0044. The provisions and clauses in the RFQ are those in effect through FAC 97-27. The Supply/Contracting Branch, Marine Corps Base Hawaii, Kaneohe Bay intends to procure linen type merchandise which will be manufactured to specification. Provide price quotations on the following: Item 0001 ? Pillow Cases, 42 X 34 T130 50/50 Cotton/Poly Blend, Bleached White, 96 Dozen, Item 0002 ? Twin Flat Sheets, Flat twin size sheets 66 X 104, 50/50 Cotton/Poly Blend, Bleached White, 184 Dozen, Item 0003 ? Blankets Twin Size, 60 X 84 Non-woven, Color: Navy Blue, 100% Acrylic Fiber, 1104 Each, Item 0004 ? Bedspread, Twin Size, Poly/Cotton Blend, Color: Wedgewood Blue, 1104 Each. FOB: Origin to Commanding General, LSCR R, Marine Corps Base, Bldg 209, Kaneohe Bay, Hi 96863-3002. The period of performance will be 16 June 2003 through 18 July 2003. This procurement is restricted. The NAICS and the small business size standard for this procurement is 314129 and 500 employees respectively. All contractors must be registered in the Central Contracting Registration database to be eligible for a Department of Defense Contract award. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http:/www.gsa.gov/forms/pdf file and submit a quotation. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. The quoter shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items. If end product(s) quoted is other than domestic end products(s) as defined in the clause entitled ?Buy American Act ? Supplies?, the quoter shall state and list the country of origin, DFAR 252.212-7000 ? Offeror Representations and Certifications and Certifications ? Commercial Items (Nov 1995), and DFAR 252.225-7035 ? Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program Certificate (MAR 1998) ? Alternate I (Mar 1998). The following clauses are applicable: FAR 52.212-1 ? Instructions to Offerors ? Commercial Items, Addendum (h): a single award will be made. Far 52.212-2 ? Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made on an offer which constitutes best value, including cost and technical merits. FAR 52.212-4 ? Contract Terms and Conditions ? Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders ? Commercial Items. Under this clause the following are incorporated by reference: FAR 52.222-21 ? Prohibition of Segregated Facilities, FDAR 52.222-26 ? Equal Opportunity (E.O. 11246), FAR 52.222-35 ? Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-37 ? Employment Reports on Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (31 U.S.C. 3332), and DFARS 252.212-7001 ? Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisition of Commercial Items. Under this clause the following is incorporated by reference: DFARS 252.225-7001 ? Buy American Act and Balance of Payment Program ( 41 U.S.C. 10a, 10d. E.O. 10582). The following clauses applies, FAR 52.225-1 ? Buy American Act ? Balance of Payment Program ? Supplies, DFARS 252.204-704 ? Required Central Contractor Registration. DFARS 252.204-7001 ? Commercial And Government Entity (CAGE) Code Reporting, FAR 52.225-13 ? Restrictions On Certain Foreign Purchases, FAR 52.223-5 ? Pollution Prevention And Right-To-Know Information, FAR 52.232-18 ? Availability Of Funds (APR 1984). These clauses may be obtained via the Internet at http://www.arnet.gov/far, http://farsite.hill.af.mil, and 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 announcement constitutes the only solicitation; proposal being required for a Firm-Fixed Price Contract. The point of contact for this solicitation is Rodney Shimabukuro, Ph. (808) 257-0044. The provisions and clauses in the RFQ are those in effect through FAC 97-27. The Supply/Contracting Branch, Marine Corps Base Hawaii, Kaneohe Bay intends to procure linen type merchandise which will be manufactured to specification. Provide price quotations on the following: Item 0001 ? Pillow Cases, 42 X 34 T130 50/50 Cotton/Poly Blend, Bleached White, 96 Dozen, Item 0002 ? Twin Flat Sheets, Flat twin size sheets 66 X 104, 50/50 Cotton/Poly Blend, Bleached White, 184 Dozen, Item 0003 ? Blankets Twin Size, 60 X 84 Non-woven, Color: Navy Blue, 100% Acrylic Fiber, 1104 Each, Item 0004 ? Bedspread, Twin Size, Poly/Cotton Blend, Color: Wedgewood Blue, 1104 Each. FOB: Origin to Commanding General, LSCR R, Marine Corps Base, Bldg 209, Kaneohe Bay, Hi 96863-3002. The period of performance will be 16 June 2003 through 18 July 2003. This procurement is restricted. The NAICS and the small business size standard for this procurement is 314129 and 500 employees respectively. All contractors must be registered in the Central Contracting Registration database to be eligible for a Department of Defense Contract award. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http:/www.gsa.gov/forms/pdf file and submit a quotation. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. The quoter shall provide the information required in FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items. If end product(s) quoted is other than domestic end products(s) as defined in the clause entitled ?Buy American Act ? Supplies?, the quoter shall state and list the country of origin, DFAR 252.212-7000 ? Offeror Representations and Certifications and Certifications ? Commercial Items (Nov 1995), and DFAR 252.225-7035 ? Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program Certificate (MAR 1998) ? Alternate I (Mar 1998). The following clauses are applicable: FAR 52.212-1 ? Instructions to Offerors ? Commercial Items, Addendum (h): a single award will be made. Far 52.212-2 ? Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made on an offer which constitutes best value, including cost and technical merits. FAR 52.212-4 ? Contract Terms and Conditions ? Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders ? Commercial Items. Under this clause the following are incorporated by reference: FAR 52.222-21 ? Prohibition of Segregated Facilities, FDAR 52.222-26 ? Equal Opportunity (E.O. 11246), FAR 52.222-35 ? Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-37 ? Employment Reports on Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (31 U.S.C. 3332), and DFARS 252.212-7001 ? Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisition of Commercial Items. Under this clause the following is incorporated by reference: DFARS 252.225-7001 ? Buy American Act and Balance of Payment Program ( 41 U.S.C. 10a, 10d. E.O. 10582). The following clauses applies, FAR 52.225-1 ? Buy American Act ? Balance of Payment Program ? Supplies, DFARS 252.204-704 ? Required Central Contractor Registration. DFARS 252.204-7001 ? Commercial And Government Entity (CAGE) Code Reporting, FAR 52.225-13 ? Restrictions On Certain Foreign Purchases, FAR 52.223-5 ? Pollution Prevention And Right-To-Know Information, FAR 52.232-18 ? Availability Of Funds (APR 1984). These clauses may be obtained via the Internet at http://www.arnet.gov/far, http://farsite.hill.af.mil, and http://www.acq.osd.mil/dp/dars/dfars/dfars.htm. The purchasing activity, Marine Corps Base Hawaii, Kaneohe Bay (MCBH), will process agency protest in accordance with the requirements set forth in FAR 33.103(d). Proposals must be received no later than 10 June 2003, 3:30 p.m., HST (Hawaii Standard Time). Proposals should be faxed to Rodney Shimabukuro, Are Code (808) 257-0093, or e-mailed to ShimabukuroRT@mcbh.usmc.mil or mailed to Commanding General, LSCR R, Marine Corps Base, Hawaii, Box 63002, Bldg 209, (Attn: Rodney Shimabukuro) Kaneohe Bay, HI 96863-3002. ://www.acq.osd.mil/dp/dars/dfars/dfars.htm. The purchasing activity, Marine Corps Base Hawaii, Kaneohe Bay (MCBH), will process agency protest in accordance with the requirements set forth in FAR 33.103(d). Proposals must be received no later than 10 June 2003, 3:30 p.m., HST (Hawaii Standard Time). Proposals should be faxed to Rodney Shimabukuro, Are Code (808) 257-0093, or e-mailed to ShimabukuroRT@mcbh.usmc.mil or mailed to Commanding General, LSCR R, Marine Corps Base, Hawaii, Box 63002, Bldg 209, (Attn: Rodney Shimabukuro) Kaneohe Bay, HI 96863-3002.
 
Place of Performance
Address: Commanding General, LSCR-R, Marine Corps Base Hawaii, Box 63063, Bldg. 209, Kaneohe, HI
Zip Code: 96863-3063
Country: USA
 
Record
SN00341969-W 20030608/030606213623 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.