Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOLICITATION NOTICE

51 -- TOOLS AND EQUIPMENT FOR MCB, CAMP PENDLETON, CA

Notice Date
8/4/2008
 
Notice Type
Presolicitation
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Pendleton - RCO, M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068108T0115
 
Response Due
8/14/2008
 
Archive Date
8/29/2008
 
Point of Contact
Pok-Su Determan (760) 725-8127 Pok-Su DetermanTel: (760) 725-8127Fax: (760) 725-8445Email: pok-su.determan@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote solicitation number is M00681-08-T-0115. This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-26 and DCN 20080721. This request for quote is being competed on a 100% small business set-aside. The FSC is 5140. The Regional Contracting Office, Southwest Camp Pendleton CA 92055 has a requirement for the following items: CLIN 0001: Two (2) package, Print Hanging Clamps, 24 (pack of six), Safco P/N: 4302-6; CLIN 0002: Two (2) package, Print Hanging Clamps, 30 (pack of six), Safco P/N: 4303-6; CLIN 0003: One (1) each, Mobile Document Stand, Safco P/N: 5026; CLIN 0004: One (1) each, Drop-Lift Wall Rack, Safco P/N: 5030; CLIN 0005: One (1) each, Power Shot Digital Camera, Canon P/N: SD630; CLIN 0006: One (1) each, Water Proof Camera Case, Canon P/N: WP-DC3; CLIN 0007: One (1) each, Guillotine 30 Paper Cutter, Premier P/N: W30; CLIN 0008: Four (4) each, Universal Coated Paper, 24 inch x 150 ft, HP P/N: Q1404A; CLIN 0009: One (1) each, Copper/Fiber/OTDR Kit, Fluke P/N: DTX-1800-MSO 120; CLIN 0010: One (1) each, Set of Two ST Adapters for DTX-XFM2 Power Meter Port, Fluke P/N: NFA-ST; CLIN 0011: One (1) each, Set of Two LC Adapters for DTX-SFM2 Power Meter Port, Fluke P/N: NFA-LC; CLIN 0012: One (1) each, Duplex MM 62.5 um TRC for LC Adapter, Set of Two, Fluke P/N: NFK1-DPLX-LC; CLIN 0013: One (1) each, Duplex MM 62.5 um TRC for ST Adapter, Set of Two, Fluke P/N: NFK1-DPLX-ST; CLIN 0014: One (1) each, Duplex SM TRC for ST Adapter, Set of Two, Fluke P/N: NFK3-DPLX-ST; CLIN 0015: One (1) each, Duplex SM TRC for LC Adapter, Set of Two, Fluke P/N: NFK3-DPLX-LC; CLIN 0016: One (1) each, SC/ST Launch Fiber SM, Fluke P/N: NFK3-LAUNCH-ST; CLIN 0017: One (1) each, SC/ST Launch Fiber, 62.5 um, Fluke P/N: NFK1-LAUNCH-ST; CLIN 0018: One (1) each, SC/LC Launch Fiber 62.5 um, Fluke P/N: NFK1-LAUNCH-LC; CLIN 0019: One (1) each, SC/LC Launch Fiber, SM, Fluke P/N: NFK3-LAUNCH-LC; CLIN 0020: One (1) each, Cable/Pipe and Fault Locator, 5-Watt with EMS-ID Capabilities, 3M P/N: 2273M-ID/UC5W-RT; CLIN 0021: One (1) each, Carrying Case/Bag, 3M P/N: 2200M; CLIN 0022: One (1) each, Rechargeable Auxiliary Battery for 5-Watt Units, 3M P/N: 2200RB; CLIN 0023: One (1) each, Dyna-Coupler, 6 inch, used on cables 17.5 cm (6.9 in) in dia, 3M P/N: 1196; CLIN 0024: One (1) each, Ground Extension Cable, 3M P/N: 9043; CLIN 0025: One (1) each, Hand Held Miniature Fault Locator, FOD P/N: F1-FOD11; CLIN 0026: One (1) each, Fiber Identifier, Fitel P/N: F1-IDH; CLIN 0027: One (1) each, Visual Fault Locator, Corning P/N: VFL-350; CLIN 0028: One (1) each, Means Building Construction Cost Data 2008 Book, 66th Edition, Reed Construction Data; CLIN 0029: One (1) each, Means Electrical Cost Data 2008 Book, 31st Edition, Reed Construction Data; CLIN 0030: One (1) each, 2008 Thomas Guide: San Diego County, Rand McNally P/N: 528866915; CLIN 0031: One (1) each, Electric Submersible Pump, HP, GMP P/N: 87253; CLIN 0032: One (1) each, Discharge Hose, 2 inch x 25 ft Female/Male, GMP P/N: 87250; CLIN 0033: One (1) each, Generator, Honda P/N: EU1000i; CLIN 0034: Three (3) each, Tone and Probe Kit, Greenlee P/N: GL-711K; CLIN 0035: Five (5) each, Test Set with ABN, Fluke P/N: 22800009; CLIN 0036: Three (3) each, Adjustable Ladder System, Little Giant P/N: TYPE 1A-MODEL 13; CLIN 0037: Five (5) each, Distance Measuring Wheel, Trumeter P/N: 5505; CLIN 0038: Two (2) each, Can Wrench, GMP P/N: 70433; CLIN 0039: Five (5) each, Security Hex Adapter, GMP P/N: 70485; CLIN 0040: Four (4) each, Tabbing Shears, GMP P/N: 08184; CLIN 0041, Two (2) each, High Leverage Cable Cutters, Klein Tools P/N: 63050; CLIN 0042: Two (2) each, Four Pound Linesman Driving Hammer, GMP P/N: 70084; CLIN 0043: Two (2) each, Manhole Cover Lifter, GMP P/N: 01368; CLIN 0044: 12 each, Safety Cones 5 pack, GMP P/N: 87278; CLIN 0045: Two (2) each, Manhole Guard Rail, GMP P/N: 06867; CLIN 0046: Four (4) each, Splicers Snip Knife Pouch Set, Klein Tools P/N: 46037; CLIN 0047: Three (3) each, 9 inch Magnetic Torpedo Level, Klein Tools P/N: 930-9; CLIN 0048: Three (3) each, 25 ft Power Return Steel Rule-High Vis, Klein Tools P/N: 928-25HV; CLIN 0049: Two (2) each, 240 ft Flat Steel Fish Tape, Klein Tools P/N: 50221; CLN 0050: Two (2) each, Fish Tape Ball, Klein Tools P/N: 50351; CLIN 0051: Two (2) each, Fish Tape Leader, Klein Tools P/N: 50350; CLIN 0052: Two (2) each, Bare Fiber Link, SM SC, Nettest P/N: BFA-SC KITS UFC; CLIN 0053: Two (2) each, Bare Fiber Link SM ST, Nettest P/N: BFA-ST KITS UFC; CLIN 0054: Eight (8) each, Reflector Vest-XL, 3M P/N: LVY125CS-XL; CLIN 0055: One (1) each, 16 inch Pocket Canvas Tool Bag, with Leather Bottom, Klein Tools P/N: 5003-16; CLIN 0056: One (1) each, ISDN Test Set, Fluke P/N; TS-250; CLIN 0057: Two (2) each, Telecom Tool Kit, Specialized Products P/N: SPC222CB; CLIN 0058: Two (2) each, Side Kick, Greenlee P/N: 1134-5059/1134-5029; CLIN 0059: One (1) each, Gas Detector Honeywell, 4-Gas Oxygen, combustible, Carbon Monoxide and Hydrogen Sulfide, Honey/Well/Zellweger, P/N: MPRO-4ABCD. QUOTES ARE ALL OR NONE. The item shall be delivered to the Marine Corps Base, Camp Pendleton, CA 92055. This is a Request for Quotation: Responses to this solicitation are not considered offers, but are instead quotations. In those instances where the words offer, offeror, and proposal are used; the reader should understand that the use of such words does not change the nature of this Request for Quotation. Contract Authority: The Government will solicit and award this contract using simplified acquisition procedures in accordance with Federal Acquisition Regulations (FAR) subpart 13.1 and 13.5 and commercial items in FAR part 12. As a result of this authority, certain requirements for soliciting, awarding, and notifying quoters are streamlined. In accordance with FAR 12.102(c), when a policy in another part is inconsistent with FAR Part 12, Part 12 shall take precedence. Type of Contract The Government intends to award a firm fixed price contract as a result of the quotes received from this solicitation. Deadline for Submission of Questions: Questions/Challenges must be submitted in writing via email to the Contracting Officer, no later than 12 August 2008, 4:00 p. m. pst. The Government will not be obligated to answer any questions received after that time. Online Representations & Certifications Applications (ORCA): Offerors shall submit representations and certifications electronically at http://orca.bpn.gov/. Certification is required prior to submission of the offer. Offerors shall state in their quote that certification in ORCA is current, complete, and accurate as of the date of the offerors signature, or list any changes. Submission of Quotes: Quotations may be submitted by mail, courier, or email. Email submissions must be limited to less than 2MB. The offeror should confirm receipt of facsimile and email submissions. All quotes are due by the date and time specified. In accordance with in FAR 52.212-1(f), unless a different time is indicated, quotes are due at 14 August, 2008, 4:00 p.m. local time for the receiving office (Pacific Time). Quotes may be submitted as follows: MAIL: Regional Contracting Office, SW, Attn: Pok-Su Determan, P.O. Box 1609, Oceanside, CA 92051-1609; HAND DELIVERY: Regional Contracting Office, SW, Attn: Pok-Su Determan, Bldg. 22180, Camp Pendleton, CA 92055, FAX: (760) 725-8445/4346; ELECTRONIC MAIL (EMAIL): pok-su.determan@usmc.mil. All transmissions must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Attention is directed to Federal Acquisition Regulation (FAR) 52.212-1(f), concerning late submissions. Quoters are responsible for ensuring that all pages of the quote (and any authorized modifications) have been received by the designated office before the deadline indicated and should confirm by telephone that the entire quote was received. If facsimile or email transmission of quotes is authorized above, quotes transmitted via these methods are subject to the same rules as paper quotes. The government reserves the right to make award solely on the facsimile or email quote. The complete original quote shall be submitted if requested by the contracting officer. The designated office must receive all pages of the quote before the deadline indicated. Quoters are responsible for allowing adequate time for facsimile or email transmission to be completed. Pages of a facsimile or email transmissions that arrive after the deadline will not be considered. The quoter bears the risk of non-receipt of facsimile or email transmissions and should confirm by telephone that the entire quote was received. Any facsimile or email transmission must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Email mail attachments are limited to no more than 2MB. Quoters are specifically warned that email may be subject to spam filters or attachment stripping. Notice of New Invoicing Procedures: The Regional Contracting Office Southwest has begun implementing Wide Area Work Flow (WAWF). WAWF is an automated system that allows vendors to electronically submit invoices and receiving reports directly to certify the inspection, acceptance, and receipt of supplies/service. Once approved by the Government, the invoice and receiving report are forward to DFAS for Electronic Funds Transfer. WAWF is designed to eliminate late payments associated with the manual processing of invoice packages. Vendors are required to register for WAWF. The website is: https://rmd.ogden.disa.mil. Evaluation: The Government will initially evaluate the technical specifications of all quotations submitted. The Government will then select the quotation considered most advantageous, considering price, delivery time and other factors. Finally, the Government will select the one vendor with whom to negotiate the details. If agreement cannot be reached with that vendor, the Government will move to another of the most advantageous vendors. Quoters are advised that the evaluation of quotations will not be based solely on price. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be the best value to the Government. The following factors shall be used to evaluate quotations: Technical capability, price, and delivery time. Quotations will be evaluated in an efficient and minimally burdensome fashion, and quotes may be comparatively evaluated pursuant to FAR 13.106-2(b).Required Information: (a) Price Quotes: The price quote may be provided in the schedule or by separate correspondence; (b) Technical Capability; (c) Delivery time; (d) Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size; (e) Representations and Certifications: The contractor is required to complete clauses FAR 52.212-3 and DFARS 252.212-7000 and a return a copy with their quotation. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.212-1 Instruction to Offerors-Commercial Items; 52.212-3 Offeror Representation and CertificationCommercial Items; 52-212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following additional FAR clauses being cited as applicable to this acquisition; 52-222-19 Child Labor Cooperation with Authorities and Remedies (E. O. 13126) (SEPT 2002); 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act Supplies; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-30 F.O.B Origin, Contractors Facility (April 1984) (Applies to FOB Origin Orders only); 52.247-34 F.O.B. Destination (November 1991) (Applies to FOB Destination Orders only); 52.252-2 Clauses Incorporated of Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252-211-7003 Item Identification and Valuation; 252-212-7000 Offeror Representations 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; 252-225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10, E. O. 10582); 252.232-7003 Electronic Submission of Payment Requests. Completed copy of the Offeror Representations and Certifications found under the following provisions: FAR 52.212-3 Offeror Representations and Certifications Commercial Items, DFARS 252-212-7000 Offeror Representations and Certifications Commercial Items. Copies of the Representations and Certifications, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/ Contact the Contracting Officer for any additional inquiries.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=df40ff31366193855bb45a7e447b9f75&tab=core&_cview=1)
 
Record
SN01629992-W 20080806/080804220857-b990002b760fb39bfdd536b6d08b47ab (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.