Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOLICITATION NOTICE

J -- MAINTENANCE, REPAIR, & INSPECTION OF FIRE SUPPRESSION SYSTEM

Notice Date
3/25/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785408Q0501
 
Response Due
4/14/2008
 
Archive Date
5/14/2008
 
Point of Contact
SGT SUMMERLIN, T. N. 703-432-4924 CONTRACTING OFFICER, BEVERLY HOBBS, 703-432-4919, beverly.hobbs@usmc.mil
 
E-Mail Address
Email your questions to Official Email
(tremakia.summerlin@usmc.mil)
 
Description
This is a combined synopsis/solicitation for commercial supplies 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 solicitation; proposals are being requested. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and Defense Acquisition Circular 91-13. This action is restricted to small businesses and has a NAICS code of 561621 with a size standard of $11.5 million dollars. This solicitation contains (1) CLIN for a base year and a total of (4)SubCLINs for each option year with the intent of awarding a firm-fixed price requirement contract for a base year with (4) one year option period. Marine Corps Systems Command, Quantico, Virginia, has a requirement for the following items: CLIN 0001: Repair, Maintenance, and Inspec tion of the Fire Suppression System FM 200 The government reserves the right to select proposals on the basis of the greatest benefit to the government and the hosted systems, not necessarily on the basis of the lowest price. Proposal will be evaluated based on qualifications, references, and cost. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following FAR/DFAR Clauses/Provisions apply: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representatives and Certifications-Commercial Items, www.arnet.gov/far; 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: 52.222-21, Prohibiti on of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 A ffirmative Action for Workers with Disabilities; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-1, Buy American Act-Balance of Payments Program-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic funds transfer-CCR); 252.212-7000, Offeror Representatives and Certifications-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52. 212-3, Offeror Representatives and Certifications-Commercial Items. In the event that FAR 52.212-3 cannot be obtained send an email or fax requesting a copy. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register and Wide Area Workflow to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 14 April 2008, at 4:00 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by Marine Corps Systems Command, Quantico, Virginia, Contracting Office. Email: tremakia.summerlin@usmc.mil or Fax:(703) 432-3336
 
Record
SN01541273-W 20080327/080325225626 (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.