Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

58 -- Manpack Antenna System and Dipole Antenna System

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068110T0058
 
Response Due
5/21/2010
 
Archive Date
6/5/2010
 
Point of Contact
Stephen Seaberry (760) 763-5420 Maxim Ostromogilsky, (760) 725-8136
 
E-Mail Address
SSgt Stephen Seaberry Email
(stephen.seaberry@usmc.mil)
 
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-0058 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 2005-35 and the Defense Federal Acquisition Supplement, current to DCN 20090715-1. The North American Industrial Classification System Code is 334220 and the small business size standard is 750 employees. This acquisition is set-aside 100% for small businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: CLIN 0001 Manpack Antenna System P/N: AKMP90BS, Quantity: 10. CLIN 0002 Folded Dipole Antenna, 90 ft, camoflauge sand, "N" Connection P/N: BWDI90NS, Quantity: 10. CLIN 0003 Antenna Wire S/S 500 ft P/N: AWS500, Quantity: 2. THIS IS A BRAND NAME ONLY REQUIREMENT AND SUBSTITUTE ITEMS WILL NOT BE CONSIDERED. SEE ATTACHED BRAND NAME JUSTIFICATION. The following factors shall be used to evaluate quotes: 1. Price 2. Delivery 3. Warranty. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors-Commercial Items. 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. 52.222-3, 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. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases ). 52.217-5, 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.232-7003, Electronic Submission of Payment Requests. 252.225-7001, Buy American Act And Balance Of Payments Program. 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program ). 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. Any questions concerning this solicitation shall be submitted to the contracting office via email to SSgt Stephen Seaberry, no later than 1600 PST 19 May 2010. Contracting officer shall gather all questions from prospective vendors. Contracting officer will reply via email with answers by solicitation closing date. Solicitation shall be extended if additional time is needed for submission of quotes by interested parties. 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: SSgt Stephen Seaberry, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to stephen.seaberry@usmc.mil, faxed to 760-725-8445, 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 21 May 2010, at 4:00 p.m. Pacific Standard Time. Point of Contact Stephen Seaberry, Contract Specialist, Phone 760-763-5420, Fax 760-725-8445, email stephen.seaberry@usmc.mil- Maxim Ostromogilsky, Contracting Officer, Phone 760-725-8136, Fax 760-725-8445, email maxim.ostromogilsky@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068110T0058/listing.html)
 
Record
SN02146068-W 20100513/100511234820-d417a91ef3f21159a445f1e9afca6dde (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.