Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

25 -- Procurement and installation of High Mobility Multi-purpose Wheeled Vehicles (HMMWV) LED lights at Camp Lejeune NC for 111 HMMWVs.

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336321 — Vehicular Lighting Equipment 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
M6700109Q0248
 
Response Due
8/20/2009
 
Archive Date
9/19/2009
 
Point of Contact
Capt Chase 910-449-9278 GS12 Lisa Williamslisa.p.williams@usmc.mil910-451-1467<br />
 
E-Mail Address
Contact Email
(kenny.chase@usmc.mil)
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number M67001-09-Q-0248 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and DFARS Change Notice DCN 20090729. This solicitation is being issued on an unrestricted basis to allow for full and open competition. The associated NAICS code is 336312 and the small business size standard is 500 employees. Pursuant to FAR 13.5, this acquisition shall comply with the Test Program for Certain Commercial Items. This is a brand name or equal purchase description. As such, the provision at FAR 52.211-6, Brand Name or Equal (AUG 1999) applies to this RFQ. The brand name, manufacturer, and part numbers/model numbers as set forth in attachment 1, along with the salient physical, functional, or performance characteristics that "equal" products must meet. This acquisition is for the following items as identified in each Contract Line Item Number (CLIN): CLINItem. Qty U/I 000124v LED Headlamp 222EA 0002Lamp, Green w/ Green Bracket222EA0003Lamp, Green w/ Green Bracket222EA0004Red Lamp w/ Green Bracket222EA0005Yellow Lamp w/ Green Bracket 222EA0006Military Flasher 111EA 0007Infrared (IR) Brake Light Kit111EA0008Installation 1LS The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard Camp Lejeune, NC 28542 and will be identified in the contract. The Government desires lights to be delivered/installed 60 days or sooner after contract award. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical specifications. (2) Past Performance: provide three past performance references (not more than 3 years old). Past performance references shall be similar to this requirement in scope and size. Include POC, contract number, period of performance, and contract amount. (3) Price: all pricing quoted shall be F.O.B. destination. (4) Delivery: The Government desires delivery no later than 60 days or sooner after award. If the desired delivery schedule cannot be met, Contractor MUST offer an alternative delivery schedule, which will be evaluated along with all other technical aspects of the quote submitted. The basis for award is best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Capabilities, (2) Past Performance, (3) Price, and (4) Delivery. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: technical specifications, past performance, price and delivery); 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; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; 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 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment. The following clauses apply under FAR 52.212-5: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes to Capt Chase, Kenny K, Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368, via email to kenny.chase@usmc.mil or via facsimile (910) 451-1275. Capt Chase, Kenny K. at telephone number (910) 451-3095 can be contacted for information regarding the solicitation. Quotes are due by 20 Aug 2009 by 3:00PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0248/listing.html)
 
Record
SN01914653-W 20090819/090818001444-2b731cda050bbfd0e8a0ef7369fd12c1 (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.