Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

N -- PROCURE AN UPGRADE TO THE EXISTING AUDIO SYSTEM IN THE LWTC ABOARD MARINE CORPS BASE, CAMP LEJEUNE, NC

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700105Q0082
 
Response Due
9/7/2005
 
Archive Date
10/7/2005
 
Point of Contact
JANICE MAKINSON (910) 451-3017 LISA WILLIAMS, (910) 451-3095
 
Description
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; proposals are being requested and a written solicitation will not be issued. M67001-05-Q-0082 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05, effective 27 Jul 2005 and DFARS Change Notice (DCN) 20050726. The proposed acquisition is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this requirement is 334310. To meet the small business size standard a concern must have no more than an average of 750 employees per pay period over the last 12 months. A firm-fixed price contract will be awarded for the requirement that is described as follows: The purpose of this request for quote is to procure an upgrade to the existing audio system in the Littoral Warfare Training Center aboard Marine Corps Base, Camp Lejeune, NC. A detailed description of the government?s requirement is located at Attachment 1. Upgrade to be completed within 45 days after contract award. FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. REQUEST FOR SITE VISIT. Offerors desiring a site visit should report to the Contracting Department, Bldg 1116, Administrative Office (1st floor), Camp Lejeune, NC on 31 August 2005 at 9:00 AM, EDT. Interested parties desiring to attend this site visit must contact Janice Makinson, via fax (910) 451-1647 or email at janice.makinson@usmc.mil indicating company name, telephone number, number of persons attending, by 3:00 PM, EDT, 30 August 2005. Room diagrams will be available at site visit. Deadline for questions is 3:00 PM, EDT, 01 September 2005. The Government intends to make award to the low price technically acceptable responsive/responsible offeror that possesses a satisfactory performance record. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all depending on quality of the offers and availability of funds. Response to this Request for Quote will be evaluated using the following factors: (1) Compatability of the upgrade to existing equipment. (2) Ability of the offeror to meet the minimum requirements of the Government as stated in attachment 1. Contractor shall address each numbered specification, in Attachment 1, under each of the three areas to be upgraded, Briefing Facility; Battle Cabin; and Classrooms. Contractor shall give a breakdown by description, manufacturer, quantity, unit price and extended price for all equipment. (3) Ability of the contractor to install upgrade and have it fully operational within 45 days after award of contract. (4) Relevant and satisfactory past performance. Offerors are to submit 3 relevant past performance references with their proposal. The Government reserves the right to exclude an offer from further evaluation and consideration for award, if (1) the price is determined not to be fair and reasonable based on the Government?s independent estimate or a market survey, or (2) it is evaluated as technically unacceptable and which, in the Contracting Officer?s determination cannot reasonably be made acceptable through discussion. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer and waive informalities and minor irregularities in offers received. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clause at 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Applicable clauses cited in 52.212-5 are: 52.203-6 Alt I, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39 and 52.232-33. Additional FAR clauses appl! icable to this acquisition are: 52.212-3 ALT I, 52.204-4, 52.232-17, and 52.242-13. The following DFARS clauses are applicable to this acquisition: 252.212-7000, Offeror Representations and Certifications--Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional clauses cited in 252.212-7001 applicable to the acquisition are 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002 and 252.247-7023. Additional DFARS clauses applicable to this acquisition are 252.204-7003, 252.209-7001, 252.209-7004, 252.225-7000 and 252.243-7001. 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.gov). Offerors must be registered prior to receiving an ! award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor 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/. Numbered Note 1 applies. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) world wide web site (www.neco.navy.mil). Submit quotes by mail to Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368 or courier delivery at Contracting Department, Bldg 1116, Camp Lejeune, NC 28542, via facsimile (910-451-1647), or via email to jan! ice.makinson@usmc.mil. Points of contact for this acquisition are Janice Makinson (910) 451-3017 or Lisa Williams (910) 451-3095. Quotes are due by 07 September 2005 at 3:00 PM EDT.
 
Record
SN00880953-W 20050828/050826213236 (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.