SOLICITATION NOTICE
66 -- MIMID MINI MINE DETECTORS
- Notice Date
- 8/28/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M00681 Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068107T0146
- Response Due
- 8/31/2007
- Archive Date
- 9/30/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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. Solicitation number M00681-07-T-0146 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and Defense Acquisition Circular 91-13 current to DCN 20070828. The North American Classification System Code is 332993 and the small business size standard is 1500 employees. This acquisition is set-aside 100% for small businesses. The Regional Contracting Office, Marine Corps Base, Camp Pendleton has a requirement for the following item: (10) MIMID Miniature Mine Detectors, Order Code MT 5004/00/001, manufactured by Scheibel. The specifications are as follows: General: Complete Unit: approx. 1.20 kg (3.00 lbs.) Carry Bag: approx. 0.10 kg (0.20 lbs.) Headphone (optional): approx. 0.20 kg (0.50 lbs.) Storage Temperature: -55?C to +85?C (-67?F to + 185?F) Operational Temperature: -40?C to +70?C (-40?F to + 158?F) Relative Humidity: up to 95% Submersed Operation: up to 30 m (100 ft.) Dimensions: Folded size: 320 mm x 55 mm x 95 mm (12.60 in. x 2.20 in. x 3.70 in.) Fully extended length: 1.25 m (50 in.) Accessories: Padded fabric carry case with pockets, One set of spare batteries, A test piece, Optional titanium mine probe, Optional waterproof headphone, Operators manual. This requirement is brand name or equal. If supplying an equal, please provide specifications on product. Delivery will be made to Camp Pendleton, California 92055. The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation, will be most advantageous to the Government. The following factors shall be used to evaluate offers: item specifications, delivery, and price. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors ? Commercial Items, 52.212-3, Offeror Representations and Certifications ? Commercial Items. 52.212-4 Contract Terms and Conditions ? Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.222-3, Convict Labor. 52.222-19, Child Labor ? Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans. 52.222-36, Affirmative Action for Handicapped Workers. 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and 52.225-13, Restriction on Certain Foreign Purchases ). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Regist ration. 252.212-7001, Contract Terms and Conditions Required to Imple ment Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.232-7003, Electronic Submission of Payment Requests and 252.225-7021 Trade Agreements). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications ? Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow; DFARS 252.232-7003. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those offerors that respond to this announcement within the r equired time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: Gary Scidmore, P.O. Box 1609, Oceanside, CA 92051-1609, emailed to gary.scidmore@usmc.mil, faxed to 760-725-8445, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 31 August 2007, at 1:00 p.m. Pacific Standard Time. Point of Contact Gary Scidmore, Contract Specialist, Phone 760-725-3919, Fax 760-725-8445, email gary.scidmore@usmc.mil ? Dewan Britton, Contracting Officer, Phone 760-725-8136, Fax 760-725-8445, email dewan.britton@usmc.mil
- Record
- SN01388117-W 20070830/070828222728 (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 |