Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

81 -- Dumpster

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700107Q0118
 
Response Due
8/24/2007
 
Archive Date
9/23/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of the Federal Acquisition Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request For Quotation (RFQ). The solicitation number is M6700107Q00118. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The proposed acquisition is a 100% small business set-aside. The North American Industrial Classification System (NAICS) for this requirement is 811310, and the small business size standard is $6.5 Mil. Marine Corps Base, Camp Lejeune, NC has a requirement for various types of dumpsters for use at the base landfill to store and move trash and garbage, as follows: Item #0001: 3 each - 40 cubic yard Roll-offs; Item # 0002: 7 each- 30 cubic yard Roll-offs; Item #0003: 1 each ? 30 cubic yard Roll-off w/liner; Item #0004: 10 each ? 6 cubic yard drop bottom w/lids; Item #0005: 10 each ? 8 cubic yard drop bottom w/lids; Item # 0006: 10 each ? 4 cubic yard drop bottom c/top; Item 0007: 50 each ? 8 cubic yard cardboard container; Item #0008: 50 each ? 8 cubic yard trash dumpsters. CONTAINER SPECIFICATIONS ARE ATTACHED. THE GOVERNMENT INTENDS TO ISSUE ONE (1) AWARD. The award will be made on the basis of all or none. Quotes other than FOB Destination will be rejected. 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 52.212-2, Evaluation -- 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 Conditions Required to Implement Statutes of Executive Orders (to inc lude: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration); FAR 52.204-4 Printed on Copied Double Sided on Recycled Paper; FAR 52.247-34 FOB?Destination; FAR 52.252-1 Solicitati on Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.225-7014 Preference for Domestic Specialty Metals; DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; and DFARS 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea ); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7031 Secondary Arab Boyc ott of Israel; DFARS 252.232-7003 Electronic Submission of Payment Req uests; DFARS 252.243-7001 Pricing of Contract Modifications; and DFARS 252.243-7002 Requests for Equitable Adjustment. DFARS 252-212-7000 Offeror Representations and Certifications-Commercial Items. Quoter shall provide completed copies of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has completed the annual representations and certifications electronically at the ORCA website, the quoter shall complete only paragraphs (b) through (i) of this provision. The quoter is required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. DFAR 252.204-7004 Alternate A (NOV 2003). Offerors are r equired 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 shall be registered prior to receiving an award for this acquisition or for any future awards. The Government intends to award a contract resulting from this RFQ to the quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation for award will be based on technical capability, durability, past performance and price. Quoter responding to this announcement shall submit their quotations in accord ance with FAR 52.212-1. Submit past performance information of at leas t one concern giving name, address and telephone number. The closing date for this solicitation is 24 August 2007 by 2: 00 P.M, EST. Submit quote to Contracting Department, Post Office Box 8368, Camp Lejeune, North Carolina 28547-8368 or E-mail quote to claretha.dancy@usmc.mil.
 
Record
SN01380150-W 20070823/070822071520 (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.