Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

59 -- FIBER OPTIC CABLES AND CONNECTORS

Notice Date
8/13/2008
 
Notice Type
Presolicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
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
M6700108Q0176
 
Response Due
8/8/2020
 
Archive Date
9/20/2008
 
Point of Contact
Regenia D. Guest 910-451-3096<br />
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued.M67001-08-Q-0176 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective 12 June 2008 and DFARS Change Notice (DCN) 20080721. The proposed acquisition is unrestricted and the Government intends to make only one award (must be capable of quoting on all items). The associated North American Industrial Classification System (NAICS) code for this requirement is 423610. The purpose of this solicitation is to award a firm-fixed price contract for twenty-three (23) line items of various Fiber Optic Cables and Connectors for the 202K Telephone Service Projects throughout Marine Corps Base, Camp Lejeune, NC. A detailed description of the Governments requirement is located at Attachment #1. In order to better describe the items, a manufacturers name and part numbers are provided for each line item; only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand name parts that fulfill the Governments need. The provision at 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. EVALUATION: Responses to this RFQ will be evaluated and awarded based on Lowest Price Technically Acceptable to the Government to include, delivery; and relevant satisfactory past performance. PRICING: FOB Destination shall be the preferred method of shipment. The Government requests your best prices taking into consideration all discounts and price reductions. The Government reserves the right to award without discussion.DELIVERY: The Government desires delivery as soon as possible to Marine Corps Base, Camp Lejeune, NC, but no later than thirty (30) days after receipt of award. Contractor shall specify delivery schedule.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.Offerors are to include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov only paragraph (k) of this provision shall be completed. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items applies to this acquisition; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Applicable clauses cited in 52.212-5 are: 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Additional FAR clauses applicable to this acquisition are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.232-17 Interest, and 52.242-13 Bankruptcy. The following DFARS clauses are applicable to this acquisition: 252.212-7000, Offeror Representations and Certifications--Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional clauses cited in 252.212-7001 applicable to the acquisition are 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment and 252.247-7023 Transportation of Supplies by Sea. Additional DFARS clauses applicable to this acquisition are 252.204-7003 Control of Government Personnel Work Product, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.225-7000 Buy American Act Balance of Payments Program Certificate and 252.243-7001 Pricing of Contract Modifications and 252.211-7003 - Item Identification And Valuation (Jun 2005). 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 Regenia D. Guest. Questions must be submitted by 2:00 p.m. EDT, 15 August 2008 via email to regenia.guest@usmc.mil. Quotes are due by 20 August 2008, 1:00 p.m. EDT, and may be emailed to regenia.guest@usmc.mil or facsimile to 910-451-2332. The burden of ensuring the Contractors quotes are received by this office, within the stated timeframe, is the Contractors responsibility.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d55de8753affa7439313a65cd0b0c114&tab=core&_cview=1)
 
Record
SN01639159-W 20080815/080813223305-6bdfc6c4418ed5597ce190cdaf4d4cb8 (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.