Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

Z -- Repair and refurbish dumpsters at Camp Lejeune, NC.

Notice Date
5/29/2008
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108Q0134
 
Response Due
6/10/2008
 
Archive Date
6/25/2008
 
Point of Contact
Nancy Peterson (910) 451-5301 MSgt Wesley A. McBride(910) 451-1535
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items 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 publication. A written solicitation will not be issued. Solicitation number M6700108Q0134 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. This solicitation is unrestricted. The North American Industrial Classification System (NAICS) code for this requirement is 811310 and the small business size standard is $6.5 million. Line Item #0001: Repair and refurbish trash dumpsters. Quantity: 50 Each. Line Item #0002: Repair and refurbish cardboard dumpsters. Quantity: 50 Each. Please see the attachment for details concerning the Scope, General and Specific Requirements, Standards of Work, Government Furnished Services/Equipment, Vendor Access, Period of Performance and Site Visit. This service is in support of Public Works, Camp Lejeune, NC 28542. 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 52.212-3 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--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are 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. Offerors are required 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 responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. The evaluation factors that will be used to determine award are Delivery/Availability, Price, and Past Performance. For past performance information, please provide Company Name & Address, Phone Number and Point of Contact, for one source, commercial or government, that is similar to this requirement. The closing date for this solicitation is 10 June, 2008 at 1200 hr (12:00 PM) EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to nancy.peterson@usmc.mil or fax to (910)451-2193.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e2548da99b28bcd9be061fe9d40ebbc0&tab=core&_cview=1)
 
Record
SN01582906-W 20080531/080529221720-08422a076aee62feb714dba003e81f56 (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.