Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

20 -- LINE-X COATING OF (3) RIVERINE ASSUALT CRAFTS

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700107Q0102
 
Response Due
7/20/2007
 
Archive Date
8/19/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items 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 publication. A written solicitation will not be issued. Solicitation number M6700107Q0102 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. This solicitation is 100% set-aside for all qualified small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 325510 and the small business size standard is 500 employees. Line Item #0001: Riverine Assualt Craft (1), Quantity: 1 Each. Completely Line-X craft inside and out with minimim of 1/8? thickness of coating, must be flat olive green or flat black in color, and must be able to bond to aluminum metals. Line Item #0002: Riverine Assualt Craft (2), Quantity: 1 Each. Completely Line-X craft inside and out with minimim of 1/8? thickness of coating, must be flat olive green or flat black in color, and must be able to bond to aluminum metals. Line Item #0003: Riverine Assualt Craft (2), Quantity: 1 Each. Completely Line-X craft inside and out with minimim of 1/8? thickness of coating, must be flat olive green or flat black in color, and must be able to bond to aluminum metals. SEE ATTACHED STATEMENT OF WORK. Work will be done on site in support of Marine Training Detachment, Courthouse Bay, Camp Lejeune, NC 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Condi tions Required to Implement Statutes of Executive Orders--Commercial I tems; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractors? DUNS Number and Commercial and Government Enti ty (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must be registered with WAWF and CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quote will be evaluated on a lowest priced technically acceptable basis. The closing date for this solicitation is 20 July 2007 at 1600 hr (4:0 0 PM) EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to vanessa.patterson@usmc.mil or fax to (910) 451-2193.
 
Record
SN01341050-W 20070714/070712221932 (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.