Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

99 -- Spill Containment Berms

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67399 Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739907Q0032
 
Response Due
9/10/2007
 
Archive Date
10/10/2007
 
Description
Combined Synopsis/Solicitation (Spill Containment Berms) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and purchased using the procedures in FAR subpart 13.5, the Test Program for Commercial Items. 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-0032 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 423840. The Standard Industrial Classification Code (SIC) for this order is 5085. The small business size standard is 100 EMP. The Defense Priorities and Allocation System (DPAS) rating for this order is DO-C9.The Federal Supply Classification (FSC) for this order is 4235. This is a for secondary containment pads for use at the Strategic Expeditionary Landing Field (SELF) aboard Marine Air Ground Task Force Training Command Twenty-nine Palms, CA. Items needed for unit to be within Federal and State regulations for mandated containment required for possible discharge of POLs. The following give information on the size and the quanity of the request items: CLIN 0001- Qty: 2: All Terrain Berm: 64?x 84? with a minimum volume containment of 115,000 gallons CLIN 0002- Qty: 2: 64?x 84? Ground Tarp 18oz PVC material CLIN 0003- Qty: 2: 4? x 96? Water or sand Tube for weight ALL QUOTES MUST INCLUDE DELIVERY. The dimensions provided in the CLINs above would work ideally to satisfy the requirement. However, the agency will consider items of different, but similar, dimensions if such item can be acquired at a lesser price. Vendorsmay offer substitute materials to those described in the CLINs. Vendors who do so must clearly indicate they are offering an alternate material and provide an explanation as to why the substituted materials will satisfy the Agency?s requirement. Place of contract delivery will be Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC) Twentynine Palms, CA. 92278 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: 52.211-6, 52.212-1, 52-212-2, 52.212-3, 52.212-4, 52.212-5, 52.219-6, 52.222-3, 52.222-19,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33. DFAR: 252.212-7000, 252.212-7001 (Dev), 252.204.7000, 252.204-7004 (Alt A), 252.232.7003 Note: The complete provision at Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. Basis of Evaluation and Award: The Government will award a contract resultiong from this solicitation to the responsible offeror whose conforming to the solicitation will be most advantageous to the Government, price and other factor considered. The following factors shall be used to evaluate offers: Price,Technical capabilities and Past Performance. Quotations will be evaluated in an efficient and minimally burdensome fashion, and quotes may be comparatively evaluated pursuant to FAR 13.106-2(b). The Contracting Officer will reject offers that do not meet all the material terms and conditions set forth in the solicitation. Further, unreasonably high prices will be rejected and unrealistically low prices will be considered as evidence of the Offeror?s lack of understanding of the requirement. The Government will select the vendor(s) whose quote(s) is (are) considered most advantageous and check their past performance information, then select one vendor with whom to negotiate details. If agreement cannot be reached with that vendor, the Government will move to another of the most advantageous vendors. Please submit quotes no later than September 10, 2007 by 1600 (4:00 p.m) Pacific Standard Time (PST) with all instruction below. *** It is very important that all vendors and contractors follow all instruction provide below, when quotes, bids, or proposals are being submitted *** Please include Best Estimated Delivery Date very important, DUNS #, CAGE CODE #, and TIN #. It is very important that you indicate on your quote, whether you are quoting items of the exact materieals and dimensions as described in the CLIN or whether you are quoting any items that are different in some degree to those described in the CLINs. Provide all pictures and specification of requested item or items when quoting. We are seeking F.O.B Destination. If you have any questions or concerns please contact 760-830-5115 or email clifford.felder@usmc.mil <mailto:clifford.felder@usmc.mil> . The fax number is 760-830-6353. Proposals or Quotation are due by 0900 (9:00AM) PST on September 10, 2007at The Regional Contracting Office, 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; SSgt Clifford Felder, Contracting Specialist, Telephone # 760-830-5115, Fax 760-830-6353. FED EX/HAND-CARRIED Proposals or Quotation are due by 0900 (9:00AM) PST on September 10, 2007 at The Regional Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 22, P.O. Box 6053, Twentynine Palms, CA 92278-6053, ATTN; SSgt Clifford Felder.
 
Record
SN01386757-W 20070829/070827221938 (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.