Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

42 -- Angus Fire Hose

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
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
M6700109Q0249
 
Response Due
7/23/2009
 
Archive Date
8/7/2009
 
Point of Contact
Martha Banks 910-451-1847<br />
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
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 announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700109Q00249is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This solicitation is for 100% small business setaside. The North American Industrial Classification System (NAICS) code for this requirement is 314999. Small business size standard is 100 employees. Prices are F.O.B Destination, Camp Lejeune, NC 28542. (BRAND NAME ONLY. ANGUS). Line item #0001: 1-3/4" X 50' SECTIONS HIGH COMBAT ANGUS FIRE HOSE WITH 1-1/2" NST ANGUS BRAND COUPLINGS, SERVICE TESTED TO 500 PSI, PROOF TESTED TO 100 PSI, BURST TESTED TO 1500 PSI, P/N ANGUS Hi-COMBAT II. 58 EA. Line Item #0002: 3" x 50' ANGUS RED CHIEF FIRE HOSE WITH 2.5" NST COUPLINGS, SERVICES TESTED TO 300 PSI, PROOF TESTED TO 600 PSI, BURST TESTED TO 900 PSI, P/N ANGUS RED CHIEF, 62 EALine Item #0003: 5" X 100' SECTION ANGUS YELLOW RUBBER FIRE HOSE WITH 5" STORZ COUPLINGS, SERVICE TESTED TO 200 PSI, PROOF TESTED TO 400PSI, BURST TESTED TO 600 PSI, P/N ANGUS 5" Hi-VOL. 36 EA. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration; 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 or Executive Orders-Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.222.19 Child Labor; FAR 52.222-21 Prohibition of segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.219-6 Notice o! f Total Small Business Set-Aside; FAR 52.223-6 Drug-Free Workplace; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, ans Improvements, FAR 52.243-1 Changes-Fixed-Price; DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Impelement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 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 websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to be registered in the Central Contractor Registration (CCR) and submit their DUNS Number and CAGE (Commercial and Government Entity) code with their quote. Offerors must agree to register in WAWF (Wide Area Work Flow) for electronic payment. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Pursuant to Far 52.212-2 the criteria for award will be Best Value to the government. The following areas will be used for evaluation: (1) Technical Capability, (2) Past Performance, (3) Delivery, and (4) Price with no certain order being established. It is the intent of the Government to issue one award; however, we reserve the right to issue multiple awards. Offerors must be registered and have an active 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 received by closing, must be considered by the agency. Prior job contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar in scope to this requirement. Closing date for this solicitation is 23 July 2009 at 1300 hr (1.00 pm EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to martha.banks.ctr@usmc.mil or fax to (910) 451-2193.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0249/listing.html)
 
Place of Performance
Address: Bldg 1011, CAMP LEJEUNE, NC<br />
Zip Code: 28542<br />
 
Record
SN01879471-W 20090719/090718000452-b6edcd06267ccbb84afecc08f421d0f7 (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.