Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

63 -- Rifle Range Pit Sentry Safety System

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0075
 
Response Due
3/19/2010
 
Archive Date
4/3/2010
 
Point of Contact
Glenn Mayberry 910-451-1707
 
E-Mail Address
glenn.mayberry@usmc.mil
(glenn.mayberry@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION 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 M6700110Q0075 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 561621 and the small business size standard is $12.5M per year. Line Item #0001: Design, delivery and installation of a Pit Sentry Safety System utilizing light beam-break detection technology to protect Marines from crossing a designated threshold (approx 450 yard wide) into the projectile impact zone at pit area behind berm at USMC rifle range. (See attached Statement of Work). 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 Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003! Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and 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 provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. 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. Offerors must have a current 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. The evaluation factors that will be used to determine Best Value to the Government are price, technical acceptability and delivery. Quotes will provide design specifications of the system in adequate detail to demonstrate compliance with technical requirements of this solicitation, as well as an equipment listing. These will be used to evaluate the quote for technical acceptability. The closing date for this solicitation is 19 March at 1500 hr (3:00 pm EST). Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to glenn.mayberry@usmc.mil or fax to (910) 451-2193. SITE VISIT INFORMATION QUOTERS: The following additional information is provided for Pit Safety System site visit scheduled on Wednesday 10 March at 1 PM. 1.Vendors who are not registered to enter Camp Lejeune must register at the Main Gate located on Highway 24. Please be prepared for delays and plan accordingly so you can be at the site visit at the scheduled time. 2. Directions: a. From the Main Gate to the Ranges - After passing through the Main Gate, proceed on Holcomb Blvd approximately 2 miles until you see a sign for Sneads Ferry Road on your left. Turn left there. Proceed on Sneads Ferry Road (about 10 miles) until you exit the Rear Gate of the Base into the township of Sneads Ferry. Proceed to the intersection of Hwy 210 and turn right on Hwy 210. Proceed approximately 1.5 miles, and you will see the entrance for the Stone Bay Rifle Ranges on the right, upon entering the Stone Bay area, check in at the Weapons Training Battalion Headquarters (Building RR-11) and wait for the site visit to begin. b. From Highway 17 South from Jacksonville, watch for Hwy 210 intersection, turn left on Hwy 210, proceed approximately 2.5 miles and you will see the entrance for the Stone Bay Rifle Ranges on the left, upon entering the Stone Bay area, check in at the Weapons Training Battalion Headquarters (Building RR-11) and wait for the site visit to begin. 3. Wednesday 10 March at 1 PM will be the only official site visit for this solicitation. Only the information presented through the advertised solicitation and at the scheduled site visit, is official information. 4. All vendors desiring to attend the site visit are requested to RSVP to glenn.mayberry@usmc.mil not later than close of business Monday 8 March 2010. 5. All questions prior to and after the site visit must be addressed in writing to glenn.mayberry@usmc.mil. Questions should be submitted in writing not later than Friday, 12 March. Official responses will be provided to all identified interested parties.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0075/listing.html)
 
Place of Performance
Address: Stone Bay Rifle Ranges, Camp Lejeune, NC
Zip Code: 28547
 
Record
SN02081752-W 20100305/100303234758-486fc2e2f6c4c380dfee3b9bf21583d5 (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.