Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2003 FBO #0661
MODIFICATION

54 -- Modification to add evaluation factors.

Notice Date
9/17/2003
 
Notice Type
Modification
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M3300003SS219
 
Response Due
9/19/2003
 
Archive Date
10/19/2003
 
Point of Contact
Kimberly Johnson 760-725-8128
 
Description
This is a combined synopsis/solicitation for a commercial item 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. A WRITTEN SOLICITATION WILL NOT BE USED. This requirement is being issued as a Request for Quote. The Request for Quote number is M3300003SS21917. The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2001-09 and DCN 2002/07/30. This acquisition is 100% Set-aside for Small Business. The North American Industry Classification System Code 327390 and size standard is 500 employees. The Defense Priorities and Allocation System (DPAS) rating for this order is DO-C9E. A quotation for this work shall be submitted via mail to the Regional Contracting Office, Attn: Kimberly Johnso n, Bldg 22180; Camp Pendleton, CA 92055, or via fax to (760) 725-8445, or via email at johnsonkv@pendleton.usmc.mil. The Regional Contracting Office Southwest Camp Pendleton has a requirement for the following item which is manufactured by Quick Crete Products Corp. Clin 0001: Qty 160 each. Precast concrete rectangular planters with 2 inch diameter drain hole with standard gloss sealer and interior water sealant. Size: 27 inches width x 58 inches length x 28 inches height. P/N: QS-SP275828P or Equal. The required delivery date is October 1 2003. The salient characteristics for line item 0001 are: Steel Reinforced Precast Concrete (SRC must be made of at least 20% recycled material - quoter must state their compliance in writing) Rectangular Planters made with type III cement conforming to ASTM C-150 standards. Planters must have No 2 and No 3 rebar rated at 80,900-PSI t ensile strength and wire welded mesh reinforcement. Clin 0002: Qty 15 each. Precast Concrete bench without back. Standard gloss sealer: Size: 84 inches length x 24 height. P/N: Q2VIC84B or Equal. The required delivery date is Oct 01 2003. The salient characteristics for line item 0002 are: Steel reinforced Precast Concrete Benches (SRC must be made of at least 20% recycled material, quoter must state their compliance in writing) made with type III cement conforming to ASTM C-150 standards. Benches must have No 2 and No 3 rebar rated at 80,900-PSI tensile strength and wire welded mesh reinforcement. Clin 0003. Delivery and Installation of 160 Precast Concrete Planters and 15 Precast Concrete Benches(method of installation must be clearly described). Quoters are required to submit Warranty information and Descriptive Literature with catalog along with their proposal. Award wi ll be made to the quoter whose quote is considered most advantageous to the government based on the following evaluating factors, esthetics, technical specifications, warranty, past performance history, with price being the last factor. The following FAR Clauses/Provisions apply: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-3, Offeror Representations and Certifications- Commercial Items, (Copies of 52.212-3 are available upon request from the Contracting Office or on the Internet at ( www.arnet.gov/far), 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 (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252.229-7000; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Nov 2001); with the following additional DFAR clauses being cited as applicable to this acquisition; 252-225-7036 North American Free Trade Agreement Implementation Act (Applies to actions $25,000.00 - $100,000.00) (MAR 1998). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement m ust provide the information contained in 52.212-3, Offeror Representations and Certification- Commercial Items with their offer. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and be considered for future discussions and/or award. Questions regarding the solicitation shall be submitted no later than September 18 2003. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before Sept 19 2003 at 12:00 p.m. PST. A ll responsible sources in compliance with the above may submit a quote that will be considered. Offers may be submitted by facsimile transmission. Facsimile offers are subject to the same rules as paper offers. The telephone number receiving facsimile equipment is 760-725-8445. The government reserves the right to make award solely on facsimile offers. The complete original offer shall be submitted if requested by the contracting officer. Offerors bear the burden of ensuring that offers (and any authorized modifications) reach the designated office on time and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number of the contracting officer on the first page to ensure proper receipt.
 
Web Link
click here to view combined solicitation/synopsis
(http://www.neco.navy.mil)
 
Record
SN00436826-W 20030919/030917213524 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.