Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2004 FBO #1088
SOLICITATION NOTICE

J -- Routine repair and replacement of hydraulic compounds.

Notice Date
11/16/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700105Q0019
 
Response Due
11/22/2004
 
Archive Date
12/22/2004
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation, Subpart 12.6 and as supplemented with additional information included in this notice. This procurement is restricted to small business participation only. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) and the solicitation number is M6700105Q0019. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. The proposed acquisition is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 811310. To meet the small business size standard the concern and its affiliates must have average annual receipts for the preceding three (3) years that do not exceed $6 M. A firm-fixed p! rice requirements contract for one year with three (3) one-year option years will be awarded for the requirement that is described as follows: The Contractor shall provide services to perform routine repairs and replacements of hydraulic components on Marine Corps Ground Equipment. The Service Contract Act does apply to this acquisition. An attachment has been provided to give a complete understanding of the requirements of this contract. Line Item 0001: Cost of Parts, shown as a percentage off of manufacturer?s list price. Line Item 0002: Cost of Labor, per hour. All components and parts provided by the Contractor shall be new or rebuilt and of the same or better quality, type, style, grade, gauge, finish, class, or size as that used by original equipment manufacturer, or as required to obtain specific operating characteristics, or to match other items already in place. The Contractor shall be responsible for the pickup and dropoff of equipment. The government will reimburse the Contractor for mileage in accordance with The Joint Federal Travel Regulations (JFTR). As a condition of receipt of this contract, the Service Provider agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. The following contract clauses apply to this procurement: Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Addendum: Delete paragraph (h). Insert: The Government intends to award a single contract as a result of this solicitation; FAR 52.212-2 Evaluation ? Commercial Items. Addendum: (a) Award will be based on the quote that offers the lowest cost to the Government. The following factors shall be used to evaluate offers: (1) Required Certifications; (2) Price; (3)Past Performance, in descending order of importance. Price is considered to be significantly more important than the other factors combined. The Contractor shall complete three separate Past Performance Reference Forms (Attachment 3) to provide adequate information for evaluation of experience in this industry. A minimum of three (3) referrals shall be given to the Government. Any proposal that is determined to be unreasonably high or unreasonably low! will be considered to demonstrate a lack of understanding of the requirements and will receive no further consideration. Addendum. In order to be considered responsive, the Contractor must propose on option years. FAR 52.212-4 Contract terms and Conditions ? Commercial Items. Addendum: Add ?The Contractor?s standard commercial warranty shall apply.? 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses apply: 52.203-6; 52.219-8; 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.222-41, 52.222-42, 52.223-9, 52.225-13, 52.225-16, 52.232-33, 52.247-64; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-6 Notice of Total Small Business Set Aside; DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses are checked: 52.203-3,! 252.225-7001, 252.243-7002, 252.247-7023. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE. The Offeror is required to provide their Contractor?s DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. DFARS 252.204-7004 Alternate A (Nov 2003) Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. Responses to this solicitation are due by 4:00 PM ET on 22 Nov 2004. Submit offers by mail to Contracting Division, P.O. Box 8368, Marine Corps Base, Camp Lejeune, NC 28542-8368 or courier delivery at Contracting Division, Bldg 1116, Camp Lejeune, NC 28547. For information regarding this solicitation, contact Mimi Robinson at (910) 451-3014. See Numbered Note 1.
 
Record
SN00709029-W 20041118/041116212148 (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.