Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

42 -- FIRE DEPARTMENT WESTEMP BURN PANEL

Notice Date
2/9/2009
 
Notice Type
Presolicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Regional Contracting Office Far East, M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST PSC 557 BOX 2000 FPO AP 96379-2000
 
ZIP Code
96379-2000
 
Solicitation Number
M6740009T0056
 
Response Due
2/20/2009
 
Archive Date
3/7/2009
 
Point of Contact
ISOKO TOMIMOTO DSN:645-8695/098-970-8695
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-09-T-0056 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 and Defense Acquisition Circular 91-13. The NAICS code is 333999. The agency need is for: CLIN 0001: (QTY of 60 EA): Westemp Insulation Panels 4' x 4' x 1" thick: non-asbestos, incombustible material in panel form, providing protection to a continuous burn of 1200 F, 46 PCF density, 800 PSI flex strength. Manufacturer: Fire Facilities (BRAND NAME ONLY), CLIN 0002: (QTY of 600 EA) Westemp 2" Diameter Plate Washers: create an extra-tight, self-sealing bond between the Westemp Insulation Panels, use with the HHSD Screws to install Westemp Insulation Panels to metal wall studs. Manufacturer: Fire Facilities(BRAND NAME ONLY), CLIN 0003: Shipping charge to Tracy, CA. Estimated Shipping via ground to: Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, CA 95376. All services/material awarded under this contract are expected to be delivered within 21 days after the award. The Government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price, quality, and delivery terms. The following Provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certification Commercial Items (Nov 2006), FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2007), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.247-34 F.O.B. Destination (Nov 1991), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), DFAR 252.211-7003 Item Identification and Valuation (Jun 2005), DFAR 252.212-7000 Offeror Representa! tions and Certifications - Commercial Items (Jun 2005) and DFAR 252.233-7001 Choice of Law (Overseas) (Jun 1997). Responsible offeror must be active in the Central Contractor Registration in accordance with DFARS 252.204-7004 (Sep 2007). DUNS, TIN, and CAGE Code must be written on submitted quote. Payment shall be made electronically by DFAS Yokota Japan. All clauses referenced can be viewed at the following link: http://farsite.hill.af.mil The following information must be provided with this quotation: Commercial and government entity code (Cage). Taxpayer identification number (Tin). Data universal numbering system (Duns). Estimated Delivery Date: GSA contract number if applicable. Remit to Address. Offers can be faxed to 011816117450959 or e-mailed to isoko.tomimoto.ja@usmc.mil. Offers must be received no later than 20 February 2009, 5:00 PM Eastern Standard Time(EST). Questions can be addressed by email to isoko.tomimoto.ja@usmc.mil no later than 13 February 2009, 5:00 PM EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0fbe24f75c55f82b4f55d8b93005cc0c&tab=core&_cview=1)
 
Record
SN01746434-W 20090211/090209215147-15f10de4648c8000ac0f1d05b200a6f7 (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.