Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

N -- Delivery and Installation of Audio-Visual Equipment

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068110T0042
 
Response Due
4/23/2010
 
Archive Date
5/8/2010
 
Point of Contact
Sergeant Pena, Ariel 760-725-8135
 
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, in conjunction with FAR 13, as applicable, and 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. Solicitation number M00681-10-T-0042 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40 and the Defense Federal Acquisition Supplement (DFARS), current to DCN 20100408. The North American Classification System Code is 238210 and the small business size standard is $13 Million. This acquisition is set-aside 100% for Small Businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: Audio-Visual Equipment Delivery and Installation, see attached Statement of Work for equipment to be supplied, delivered, and installed. The Audio-Visual Equipment offered must meet the minimum requirements of Enclosure (1) of the Statement of Work. A site visit is scheduled for 19 April, 2010 at 9:30 am Pacific Time. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: 1. Technical capabilities of the Audio-Visual equipment offered, 2. Price, 3. Delivery. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Rerepresentation. 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. 52.222-36, Affirmative Action for Handicapped Workers. 52.222-41, Service Contract Act of 1965. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration ). 52.237-1, Site Visit: A site visit is scheduled for 19 April, 2010 at 9:30 am Pacific Time. Only quotes from contractors that attend the site visit will be considered for award. Contractors must RSVP no later than April 16, 2010 12:00 pm Pacific Time. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: Ariel Pena, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to ariel.pena.mx@usmc.mil, faxed to 760-725-4346, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 23 April, 2010 at 12:00 p.m. Pacific Standard Time. Point of Contact Sgt Ariel Pena, Contract Specialist, Phone 760-725-3112, Fax 760-725-8445, email ariel.pena.mx@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068110T0042/listing.html)
 
Place of Performance
Address: Building 32873, Camp Pendleton, CA
Zip Code: 92055
 
Record
SN02121849-W 20100416/100414235201-6bfa64ead254070dd8e4b6e844093f90 (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.