Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

59 -- SUPPLY OF CLAMSHELL STRUCTURES PARTS

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068106TCLAM
 
Response Due
8/31/2006
 
Archive Date
9/30/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote solicitation number is M00681-06-T-CLAMP. This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-12 and DCN 2006/08/04. This is a 100% small business set-aside acquisition. The FSC is 5998, the NAICS code is 334419, and the size standard is 500 employees. The Regional Contracting Office, Southwest Camp Pendleton CA 92055 has a requirement for the following items: THE ITEMS ARE MANUFACTURED BY CLAMSHELL STRUCTURES, INC AND THE PART NUMBERS ARE MANUFACTURER?S PART NUMBERS. BRAND NAME ONLY; NO SUBSTITUTION. QUOTES ARE ALL ITEMS OR NONE. CLIN 0001: REPLACEMENT PANELS: (A) 6 EACH, PANEL, C/S, 50B-BB, COMP, P/N: 530007; (B) 2 EACH, PANEL, C/S, 50B-BB, GROUND SEAL, P/N: 550009; (C) 1 EACH, PANEL, BAY, 50B-BB, 69?6?, W/12? RUD, P/N: 510199; (D) 4 EACH, PANEL, BAY, 50B-BB, 8/?7-14?, W/VENTS, P/N: 510155; (E) 1 EACH, PANEL, BAY, 50B-BB, 74?9?, PD, P/N: 510104; (F) 150 EACH, CLAMP CLIP ASSY, P/N: 500626; CLIN 0002: C/S DOOR RIGGING (BOTH ENDS); (A) 24 EACH, CORD, STRETCH, 16?, P/N: 503161; (B) 72 EACH, PIN, SNAPPER, LARGE, P/N: 503003; (C) 12 EACH, TIEDOWN ASSY, P/N: 500639;(D) 48 EACH, BRACKET, SHEAR CABLE, P/N: 500002; (E) 8 EACH, CABLE, SAFETY, C/S, 151.10?, P/N: 500869; (F) 4 EACH, CABLE, SAFETY, C/S, 145.76?, P/N: 500868; (G) 8 EACH, CABLE, SAFETY, C/S, 121.82?, P/N: 500865; (H) CABLE, SAFETY, C/S, 116.87?, P/N: 500864; (I) 8 EACH, CABLE, SAFETY, C/S, 92.21?, P/N: 500863; (J) 4 EACH, CABLE, SAFETY, C/S, 87.02?, P/N: 500862; CLIN 0003: C/S DOOR MANUAL WINCH RIGGING (ONE END): (A) 6 EACH, PULLEY BRACKET ASSY, P/N: 500032; (B) 12 EACH, ROLLER ASSY, C/S, P/N: 500037; (C) 8 EACH, SPACER, C/S, 18?, PN: 500064; (D) 4 EACH, SPACER, C/S, 27?, P/N: 500065; (E) 2 EACH, WINCH A SSY, MANUAL, P/N: 500082; (F) 2 EACH, BRACKET ASSY, TERMINATOR, P/N: 500090; (G) 2 EACH, CABLE, ?? X 200?, BUTTON END, P/N: 500438; CLIN 0004: ROLL-UP DOOR ASSY (STD MANUAL; (A) 1 EACH, DOOR ASSY, RUD, 12? X 12? B WALL, P/N: 590362. The items shall be delivered to Marine Corps Base, Camp Pendleton, CA 92055. Evaluation ? The Government will initially evaluate the technical specifications of all quotations submitted. The Government will then select the quotation considered most advantageous, considering price and delivery. If agreement cannot be reached with that vendor, the Government will move to another of the most advantageous vendors. The Government intends to award a firm fixed price contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government. Required Information: (a) Price Quotes; (b) Delivery time; (c) Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size; (d) Representations and Certifications: The contractor is required to complete clauses FAR 52.212-3 and DFARS 252.212-7000 and a return a copy with their quotation. Contract Authority: The Government will solicit and award this contract using simplified acquisitions procedures, in accordance with FAR subpart 13.106. As a result of this authority, certain requirements for soliciting, awarding, and notifying quoters are streamlined. In accordance with FAR 12.102(c), when a policy in another part is inconsistent with FAR Part 12, Part 12 shall take precedence. Notice of New Invoicing Procedures: The Regional Contracting Office Southwest has begun implementing Wide Area Work Flow (WAWF). WAWF is an automated system that allows vendors to electronically submit invoices and receiving reports directly to certify the inspection, acceptance, and receipt of supplies/service. Once approved by the Government, the invoice and receiving report are forward to DFAS for Electronic Fu nds Transfer. WAWF is designed to eliminate late payments associated with the manual processing of invoice packages. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.212-1 Instruction to Offerors-Commercial Items; 52.212-3 Offeror Representation and Certification?Commercial Items; 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, with the following additional FAR clauses being cited as applicable to this acquisition; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52-222-19 Child Labor Cooperation with Authorities and Remedies (E. O. 13126) (SEPT 2002); 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities;! 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act ? Supplies; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36 Payment by Third Party (31 U.S.C 3332); 52.247-30 F.O.B Origin, Contractor?s Facility (April 1984) (Applies to FOB Origin Orders only); 52.247-34 F.O.B. Destination (November 1991) (Applies to FOB Destination Orders only); 52.252-2 Clauses Incorporated of Reference. 52.204-7 Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 (Alt A) (NOV 2003) Required Central Contractor Registration; 252-211-7003 Item Identification and Valuation; 252-212-7000 Offeror Representations and Certifications ? Commercial Items. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252-225-7001 Buy American Act and Balance of Payment Program (41 U.S .C. 10, E. O. 10582); 252.232-7003 Electronic Submission of Payment Requests. Copies of the Representations and Certifications, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/. Quotes are due by 1600 (Pacific Standard Time) on 30 August 2006. Contact the Contracting Officer for any additional inquiries. Quotes may be submitted by mail, courier, or facsimile. Facsimile quotes are subject to the same rules as paper quotes. The Government reserves the right to make award solely on facsimile quotes. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile transmissions to be completed and should confirm by telephone that any facsimile was received. All pages of the quote must reach the office before the deadline specified in the solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline may not be considered. Any facsimile transmissions must clearly state the solicitation number and the name of the Contracting Officer on the first page, to ensure proper receipt. Closing date for Receipt of Quotations: 31 August 2006 at 4:00 p.m. Pacific Standard Time (PST).
 
Record
SN01122512-W 20060824/060822222016 (fbodaily.com)
 
Source
FedBizOpps 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.