Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

71 -- Wright Line Technical Work Bench

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068107T0121
 
Response Due
8/20/2007
 
Archive Date
9/19/2007
 
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 M00681-07-T-0121. This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-18 and DCN 20070802. This is an unrestricted. The FSC is 7110. The Regional Contracting Office, Southwest Camp Pendleton CA 92055 has a requirement for the following items: CLIN 0001: 18 each, Technical Bench, 48"W x 36"D, compressed high-density particleboard top with ESD laminate, 500 lb capacity, steel legs and frame, Wright Line P/N: TBLW4836A; CLIN 0002: 18 each Technical Organizer, upright frame with hook-on provisions for components, 48"W x 48"H, steel frame, Wright Line P/N: TF48481; CLIN 0003: 18 each Linear Hook-on Shelf, 24"W x 18"D , compressed high-density particleboard with ESD laminate, Wright Line P/N: MB07; CLIN 0004: 18 each Angled Hook-on Shelf, 24"W x 18"D, compressed high-density particleboard with ESD laminate, Wright Line P/N: MB17; CLIN 0005: 18 each Large Bin Rail for hook-on MA50MM bins, steel, Wright Line P/N: MB41; CLIN 0006: 18 each Small Bin Rail for hook-on Mae38MM bins, steel, Wright Line P/N: MB40; CLIN 0007: 18 each Suspended Drawer 'Pedestal' for undersurface mounting, 3 - 6" high, locking drawers 24"H x 18"D x 18"W, steel, Wright Line P/N: C831; CLIN 0008: 18 each Sliding Pedestal Track for undersurface mounting that allows for lateral sliding, steel, Wright Line P/N: TBSPEDB36; CLIN 0009: 18 each Overhead Fluorescent Light Brackets, steel , Wright Line P/N: MA50MM; CLIN 0010: 18 each Overhead Fluorescent Light Ballast, 48"W, steel frame, Wright Line P/N: ME38MM; CLIN 0011: 18 each Linear Hook-on Shelf, 48"W x 22"D, steel, Wright Line P/N: TBAFS4822; CLIN 0012: 5 each Small Hook-on Storage Bins, 3"W x 3" H x 7.5"D, Plastic , case of 24, Wright Line P/N: C98002; CLIN 0013: 7 each Large Hook-on Storage Bins, 5"W x 5"H x 8.5"D, plastic, case of 12, Wright Line P/N: C98209; CLIN 0014: 18 each Speidel Wrist Strap for ESD controls, includes wrist strap and grounding coil, stainless steel, Wright Line P/N: C903MM; CLIN 0015 Low Profile Grounding Jack for ESD wrist strap, provisions for 4 wrist strap jacks, includes 10' ground wire, Wright Line P/N: C904MM; CLIN 0016: 18 each Grounding Bar for ESD controls, contains 10 grounding screws for all ESD devices, steel, Wright Line P/N: LA6500; CLIN 0017: 18 each Heavy Duty Caster Kit, Wright Line P/N: TBHDC0558; CLIN 0018: 18 each Slimline Powerstrip, 48"W, 5-15P, 5' power cord, Wright Line P/N: PDBA151003 All items are BRAND NAME ONLY. NO SUBSTITTION. The Wright Line items were purchased on previous purchase order, and this solicitation is for additional Wright Line?s benches to expand the maintenance capabilities in order to support the government requirements. The government intention is to provide a standardized Electro Static Discharge (ESD) safe work platform that is compatible with the benches that were already purchased. QUOTES ARE ALL OR NONE. The item shall be delivered to the Marine Corps Base, Camp Pendleton, CA 92055. This is a Request for Quotation: Responses to this solicitation are not considered offers, but are instead quotations. In those instances where the words offer, offeror, and proposal are used; the reader should understand that the use of such words does not change the nature of this Request for Quotation. Contract Authority: The Government will solicit and award this contract using simplified acquisition procedures in accordance with Feder al Acquisition Regulations (FAR) subpart 13.1 and 13.5 and commercial items in FAR part 12. 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. Type of Contract The Government intends to award a firm fixed price contract as a result of the quotes received from this solicitation. Deadline for Submission of Questions: Questions/Challenges must be submitted in writing via email to the Contracting Officer, no later than 20 August 2007, 4:00 p.m. pst. The Government will not be obligated to answer any questions received after that time. Online Representations & Certifications Applications (ORCA): Offerors shall submit representations and certifications electronically at http://orca.bpn.gov/. Certification is required prior to submission of the offer. Offeror?s shall state in their quote that certification in ORCA is current, complete, and accurate as of the date of the offeror?s signature, or list any changes. Submission of Quotes: Quotations may be submitted by mail, courier, or email. Email submissions must be limited to less than 2MB. The offeror should confirm receipt of facsimile and email submissions. All quotes are due by the date and time specified the above. In accordance with in FAR 52.212-1(f), unless a different time is indicated, quotes are due at 20 August, 2007, 4:00 p.m.local time for the receiving office (Pacific Time). Quotes may be submitted as follows: MAIL: Regional Contracting Office, SW, Attn: Pok-Su Determan, P.O. Box 1609, Oceanside, CA 92051-1609; HAND DELIVERY: Regiona l Contracting Office, SW, Attn: Pok-Su Determan, Bldg. 22180, Camp Pendleton, CA 92055, FAX: (760) 725-8445/4346; ELECTRONIC MAIL (EMAIL): pok-su.determan@usmc.mil. All transmissions must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Attention is directed to Federal Acquisition Regulation (FAR) 52.212-1(f), concerning late submissions. Quoters are responsible for ensuring that all pages of the quote (and any authorized modifications) have been received by the designated office before the deadline indicated and should confirm by telephone that the entire quote was received. If facsimile or email transmission of quotes is authorized above, quotes transmitted via these methods are subject to the same rules as paper quotes. The government reserves the right to make award solely on the facsimile or email quote. The complete original quote shall be submitted if requested by the contracting offic er. The designated office must receive all pages of the quote before the deadline indicated. Quoters are responsible for allowing adequate time for facsimile or email transmission to be completed. Pages of a facsimile or email transmissions that arrive after the deadline will not be considered. The quoter bears the risk of non-receipt of facsimile or email transmissions and should confirm by telephone that the entire quote was received. Any facsimile or email transmission must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Email mail attachments are limited to no more than 2MB. Quoters are specifically warned that email may be subject to spam filters or attachment stripping. 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 the 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 Funds Transfer. WAWF is designed to eliminate late payments associated with the manual processing of invoice packages. Vendors are required to register for WAWF. The website is: https://rmd.ogden.disa.mil. 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, delivery time and other factors. Finally, the Government will select the one vendor with whom to negotiate the details. If agreement cannot be reac hed with that vendor, the Government will move to another of the most advantageous vendors. Quoters are advised that the evaluation of quotations will not be based solely on price. 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. The following factors shall be used to evaluate quotations: Technical capability, price, and delivery time. Quotations will be evaluated in an efficient and minimally burdensome fashion, and quotes may be comparatively evaluated pursuant to FAR 13.106-2(b). Required Information: (a) Price Quotes: The price quote may be provided in the schedule or by separate correspondence; (b) Specification; (c) Delivery time; (d) Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size; (e) 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. 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; 52-222-19 Child Labor Cooperation with Authorities and Remedies (E. O. 13126) (SEPT 2002); 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; 52.247-30 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. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 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 Require d to Implement Statutes or Executive Orders Applicable to Defense Acqu isitions 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. Completed copy of the Offeror Representations and Certifications found under the following provisions: FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, DFARS 252-212-7000 Offeror Representations and Certifications ? Commercial Items. 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/ Contact the Contracting Officer for any additional inquiries.
 
Record
SN01374042-W 20070817/070815222827 (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.