Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2010 FBO #3173
SOLICITATION NOTICE

71 -- 1G N FURNITURE CREDENZA AND TABLE - FURNITURE IS DESIGNED SPECIFIC FOR VTC MULTIMEDIA ROOMS.

Notice Date
7/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0288
 
Response Due
8/6/2010
 
Archive Date
9/6/2010
 
Point of Contact
MARY L. WILLIAMS 910-451-3016
 
E-Mail Address
mary.l.williams1@usmc.mil
(mary.l.williams1@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice utilizing FAR Part 13. procedures.This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700110Q0288 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44.(Correction). This solicitation is 100% set aside for small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 337127 and the small business size standard is 500. The Product Service Code (PSC) is 7195. The manufacturer's name, model number and part numbers in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Government's requirement. Manufacturer's names, model numbers, part numbers are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand that meets or exceeds the Government minimun requriments. Evaluation: Responses to this RFQ will be evaluated and awarded based on the best value. Evaluation criteria are Technical Acceptability, Delivery and Price. In addition: The Government desires F.O.B. Destination pricing.See the attachment for list of item. 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 52.222.19 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 52.223-6 Drug-Free Workplace, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 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 Ele! ctronic 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; DFARS 252.211-7003 Item Identification and Valuation; 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 252.203-7002 Requirment to inform Employees of Whistleblower Rights; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.243-7001 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 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. Numbered Note 1 applies. 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. Delivery: The Government desire delivery to Marine Corps Base, Camp Lejeune, NC, no later than 30 days after receipt of award. 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 05, August 2010, 0900 hr (9:00 am) EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to mary.l.williams1@usmc.mil or fax to (910) 451-2332. CLIN #MFRMFR P/N QTYU/IUNIT PRICETOTAL PRICE0001MC-72PPRAIRIE STYLE 3-BAY CREDENZA1EA 0002CTR 84" X 264" RECTANGLE TABLE1EA TOTAL SPECIFICATIONS FOR THE ABOVE: 0001: The Credenza has equipment racks built in for equipment storage, finish and color are plain slice oak, medium finish with black wilsonart laminate #1595-60 or equal. It has to match table. 0002: The Rectangle Table has to make with (4) four round barrel legs 36 inches in diameter, 28 " tall. All legs have 4 inch hole in bottom and levelers, and the two center barrel legs have 5" x 5" cutouts near the top for cabling routing. Table top is 1 inches thick, giving a table height of 30", the center section of the table has 2 inch grommet cutouts for cable routing. Table is constructed in 7 pieces, (4) four legs and table top is (3) sections. Finish and color are plain slice oak, medium finish with black wilsonart laminate #1595-60 or equal. It has to match credenza.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0288/listing.html)
 
Record
SN02224883-W 20100802/100731233342-dec844d03b4cad2c008dac9b53cdfaf0 (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.