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

51 -- Metal Detectors

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0115
 
Response Due
4/16/2010
 
Archive Date
5/1/2010
 
Point of Contact
Harold Gray 910-451-2247 Benny Deleon 910-451-8424
 
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 5.1 as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700110Q0115 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This solicitation is for 100% small business setaside. The North American Industrial Classification System (NAICS) code for this requirement is 334511, and the small business size standard is 750 employees. The solicitations is for Brand Name and the manufacturers name is CEIA USA CMD. CLIIN 0001: Compact Metal Detector, Item Number: CMD, QTY of (20) Earphone for GSMD, Item Number: MIL-D1-HP, QTY of (40), Item Number: 22, "C" Alkaline Batteries for CMD, ship to Camp Lejeune NC CLIIN 0002: Compact Metal Detector, Item Number: CMD, QTY of (16) Earphone for GSMD, Item Number: MIL-D1-HP,QTY of (32), Item Number: 22: "C" Alkaline Batteries for CMD, ship to Camp Pendleton CA Pricing to be FOB Destination To Camp Lejeune, NC 28542. 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 Statues 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 of 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 52.243-1 Changes-Fixed-Price; FAR 52.247-34 F.O.B. Destination; 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 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. 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. The evaluation factors that will be used to determine Best Value to the Government are price, technical acceptability and delivery. 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. The closing date for this solicitation is 16 April 2010 at 1430 (02:30 am EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to harold.gray@usmc.mil or fax to (910) 451-2193.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0115/listing.html)
 
Record
SN02121965-W 20100416/100414235305-1ac3655d9c96f7f0b2703bcf7525a7f3 (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.