Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
MODIFICATION

81 -- THE PURPOSE OF THIS MODIFICATION IS TO FURTHER CLARIFY CONTAINER SPECIFICATIONS AND EXTEND CLOSING DATE

Notice Date
7/11/2007
 
Notice Type
Modification
 
Contracting Office
M67399 Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739907Q0022
 
Response Due
7/16/2007
 
Archive Date
8/5/2007
 
Point of Contact
RAFILA BURT 760-830-0292
 
Description
Combined Synopsis/Solicitation 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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-07-Q-0022. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This is a restricted purchase for Small Business Concerns. The North American Industry Classification System Code (NAICS) is 332312. The Standard Industrial Classification Code (SIC) for this order is 3441. The small business size standard is 500 Employees. The Defense Priorities and Allocation System (DPAS) rating for this order is DO-C9.The Federal Supply Classification (FSC) for this order is 5450. CLIN 0001-PURCHASE OF TWO (2) NEW, 40? LONG, WATER-TIGHT CONTAINERS WITHOUT END DOORS, HOWEVER, WITH TWO (2) 10? ROLL UP DOORS AT LEFT AND RIGHT SIDE, NEAR THE CORNERS OF THE CONTAINER. STANDARD ISO CONTAINER HEIGHT (8?). ONE STEEL SLIDE LATCH LOCK MECHANISM PER ROLL UP DOOR. SIX (6) STANDARD 15 AMP, 110v POWER OUTLETS REQUIRED PER CONTAINER, EVENLY SPACED WITH THREE (3) PER EACH SIDE, WIRED AND READY FOR HOOK-UP. 3 PHASE, 208v, 150A ELECTRICAL PANEL WILL BE SUPPLYING CONTAINER WITH ELECTRICITY. THREE (3) INSIDE BARE-TUBED FLOURESCENT LIGHTS, 4? LONG, EVENLY SPACED . 500 GALLON, 10? SPILL CONTAINMENT ON ONE (1) END OF EACH CONTAINER, WITH SAME-END (AIR-COMPRESSOR HOSE TO SUPPLY INLET QUICK DISCONNECT) OUTSIDE-TO-INSIDE AIR CONDUIT(FOR AIR LINES) AND FOUR (4) INSIDE, OFF- CONDUIT QUICK DISCONNECTS FOR PNEUMATIC PUMP HOOK-UPS. SPILL CONTAINMENT MUST HAVE A DEPTH OF SEVEN (7) INCHES AND CAPABLE OF BEARING WEIGHT OF FOUR (4) 55-GALLON DRUMS. ROUND INLET, 12 INCH DUCTI NG FOR HVAC UNITS, LOCATED ON OPPOSITE CORNER END OF SPILL CONTAINMENT. CLIN 0002-PURCHASE OF ONE (1) NEW, 40? LONG, WATER-TIGHT CONTAINER WITHOUT END DOORS, HOWEVER, WITH 10? ROLL UP DOORS LOCATED AT THE CENTER OF BOTH SIDES. ONE (1) STEEL SLIDE LATCH LOCKING MECHANISM PER ROLL UP DOOR. EXPANDABLE METAL OR CHAIN LINK SECURITY CAGES ON EACH SIDE OF ROLL-UP DOORS WITH 4? WIDE ACCESS GATE/DOOR IN ORDER TO SECURE TOOL BOXES, KITS, ETC. DURING NON-WORKING HOURS. Place of contract delivery will be F.O.B. Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC) Twentynine Palms, CA. The Following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR: 52.212-1, , 52.212-3, 52.212-4, 52.212-5 with the following clauses: 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-3, 52.225-1, 52.232-33; and 52.252-2. DFARS: 252.204-7004 (Alt A), 252.212-7001 (Dev), 252.223-7001, and 252.232.7003 MAPS: 52.232-9650 Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. MCAGCC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: 1. Access Procedures Are Mandatory: All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following: ? A valid form of Federal or state government I.D. ? If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance. ? Proof of employment on a valid Government contract (e.g., a letter from the prime contractor including contract number and term). ? Proof of an employee background check conducted within the past year covering the previous two years. Contractor employee background checks are conducted at contractor expense. The background check: (a) must establish the employee's citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports. (b) must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c) will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate Identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed at Government expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal?s Office (PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under ?business access.? NCIC check and fingerprint of all contractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor?s expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee: a. is on the National Terrorist watch List. b. is illegally present in the United States. c. is subject to an outstanding warrant. d. has knowingly submitted an employment questionnaire with false or fraudulent information. e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance. The Contractor?s employees shall observe and comply with all MCAGCC/MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Contract Termination: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. Offerors shall submit past performance and experience information. The offeror must provide the information requested for past performance evaluation or affirmatively state that it possesses no relevant directly related or similar past performance. Relevant contracts include those held within the past three (3) years with civilian and/or Government agencies for similar types of work. Offeror?s submitting no past performance information will receive a neutral rating for this factor. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposal of other offeror?s. Past performance information shall demonstrates how well the Offeror satisfied its customers on previous contracts and shall include name(s) for points of contact, telephone numbers, email address, contract number (if any), contract price, period of performance, years performed and any unique qualities of the contract. EVALUATION. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) lowest price technically acceptable 2) time of delivery Quotations are due by COB- 1600 (4:00PM) PST on July 16, 2007 at The Purchasing & Contracting Branch, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), P.O. Box 6053, Twentynine Palms, CA 92278-6053, ATTN; Rafila Burt, Contract Specialist, Telephone # 760-830-0292, Fax 760-830-6353, and email: robert.fournier@usmc.mil. Please submit your quotations via any method listed below: E-MAIL FEDERAL EXPRESS OR LIKE SERVICE HAND-CARRIED TO THE OFFICE ***Drawings are not to scale****
 
Record
SN01339786-W 20070713/070711224746 (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.