Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

36 -- Request For Quotation (RFQ) to procure Dumpsters for the Base Landfill at Marine Corps Base, Camp Lejuene, NC.

Notice Date
6/6/2008
 
Notice Type
Presolicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
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
M6700108Q0135
 
Response Due
6/19/2008
 
Archive Date
7/4/2008
 
Point of Contact
C. Scott 910-451-3017
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number is M67001-08-Q-0135 and is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, effective 22 Apr 2008 and DFARS Change Notice (DCN) 20080423. The solicitation is 100% set-aside for all qualified small businesses. See Numbered Note 1. The associated North American Industrial Classification System (NAICS) code for this requirement is 332439. To meet the small business size standard a concerns annual receipts must not average more than 500 employees for their latest three completed fiscal years. The Government intends to award a firm-fixed price, single award contract for the items identified in this solicitation. All model numbers listed within this solicitation (Model RO30, Model FEL8, Model FEL8CB, etc) reflect industry standards and do not reflect any particular brand name. The stated industry standards (Corten, Dempster, etc) are required and necessary to meet the governments requirement. Line Item 0001: 30 Cubic Yard Roll-Off Dumpster, Qty 10. Model RO30, Understructure Dumpster Style, Cross Member 3 Structural Channel on 16 center, Wear Points Greaseable (zerks fitting), Floor 10 gauge Corten, Sides/Front Door 10 gauge Corten, Rear Door 1 piece Hinged street side with safety chain, Rear Door post 7 gauge H.R., Verticle Side Post Fabricated 10 gauge H.R. 3 X 4 on 32 center, Top Cap- 10 gauge H.R. 3 X 4 structural tubing, Door Hinges 3 heavy duty, Tarp Anchors Recessed between each side post, plus (4) each front and rear. Line Item 0002: 6 Cubic Yard Drop Bottom Dempster, Qty 10. Bottoms 3/16 inch, with Dempster style hnged drop bottom. Two (2) full length runners, 3 inch x 84 inch channel, (4.1 lbs per foot) on bottom (width, side to side) complete with Corten A606 full length Doubler plates 6 inch x 84 inch x.130 minimum thickness between the 3 inch channel and the bottom of the dropbottom dumpster. Side walls, back, front 3/16 inch plate. Trunion style lifts on side of container. Container dimensions width 84 inches, height 54 inches, depth 72 inches. Container to be manufactured to Dempster specifications. Line Item 0003: 8 Cubic Yard Front End Load Trash Dumpster with Square Top, Qty 100. Model FEL8, Walls.127 min HR-10 gauge, Sleeves/Gussets (8 per).175 min HR-7 gauge, Bumper Pads -.175 HR, Hinges 1-1/2 x 2-1/2 x A36, Floor -.127 min w/6 inch lip A606-4 (Corten) Long Life, Lids Double Wall CSI, Drain Flange 1-1/2 inch threaded Flange, Paint Container Primed and Painted Enamel, Floor Channel 3 x 6 4.1 A36, Doublers 6 x 6 A606-A (Corten) plates making floor thick where feet are placed, Side Doors Plastic Side Doors, Front Top Header Channel 3 4.1 A36, Left and Right Top Rail 3 x 2 x A36, Back Hinge Rail 3 x 2 x A36. Line Item 0004: 8 Cubic Yard Front End Load Cardboard Container, Qty 50. Model FEL8CB, Walls -.127 min HR 10 gauge, Sleeves/Gussets (8per).175 min HR 7 gauge, Bumper Pads -.175HR, Hinges 1-1/2 x 2-1/2 x A36, Floor -.127min w/6 inch lip A606-4 (Corten) Long Life, Lids Double Wall CSI, Drain Flange 1-1/2 inch threaded Flange, Paint Container Primed and Painted Enamel, Floor Channel 3 x 6 4.1 A36, Doublers 6 X 6 A606-A(Corten) plates making floor thick where feet are placed. Side Doors Plastic Side Doors, Front Top Header Channel 3 4.1 A36, Left and Right Top Rail 3 x 2 x A36, Back Hinge Rail 3 x 2 x A36, Cardboard Mail Slot 5-1/4 x 59-1/4. Include Delivery and Warranty Information with Quote. Certificate(s) of Authenticity are required to validate provided equipment meets the Corten quality standard. Evaluation: Responses to this RFQ will be evaluated and awarded based on best value to the Government. Evaluation criteria are technical capability, price, delivery, and past performance. Pricing: Prices shall be FOB Destination. Delivery: The Government desires delivery to Marine Corps Base, Camp Lejeune, NC, no later than thirty days after receipt of award. If delivery cannot be met, the Contractor shall state an alternate delivery date. Past Performance: Offerors shall provide at least three (3) relevant past performance references with their quote. Reference information shall include agency name, contract number, dollar amount, point of contact (include phone number), for which your firm has provided the same or similar items. 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 to include, 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 252.212-7000 Offeror Representations and Certifications-Commercial Items, and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE. These clauses can be found at http: www.acquisition.gov/far/index.html. The Offeror 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 (Mar 1998) Offerors are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database, FAR 252.232-7003 (DEC 2004). For WAWF-RA, visit their website at: http://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: www.ccr.dlsc.dla.mil. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com/. The point of contact for this requirement is Coleman Scott. Questions must be submitted by 2:00 p.m. EDT, June 11, 2008 via email to coleman.scott@usmc.mil. Offeror(s) responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is June 19, 2008 not later than 1600 (4:00 PM) EST. Offeror is responsible to ensure submitted quote has been received and legible. Submit Quote to coleman.scott@usmc.mil or fax to (910) 451-2332.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53abbba84a02f3c75e6f31af5635d22f&tab=core&_cview=1)
 
Record
SN01588856-W 20080608/080606220325-564181c765ccf36fc206630abdad2cdd (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.