Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

N -- Weapons Racks and Storage

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0349
 
Response Due
8/20/2010
 
Archive Date
9/4/2010
 
Point of Contact
Jean Wagnac 910-451-1582 Nancy Peterson 910-451-3095
 
E-Mail Address
jean.wagnac@usmc.mil
(jean.wagnac@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 M6700110Q0349 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 and DFARS Change Notice DCN #20100713. This solicitation is 100% set aside for small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 423850 and the small business size standard is 100. Marine Corps Base, Camp Lejeune, NC has a requirement of delivery and installation for the following items: Item 1: one (1) Spacesaver Mobile Weapons Rack, Item 2: one (1) Storage Rack, Item 3: one (1) Widespan Rack. The Government desires F.O.B. destination delivery to Marine Corps Base, Camp Lejeune, NC 28542 no later than 30 days after receipt of award. 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 fulfills the Government's need. See Attachment #1 Detailed list of items, Attachment #2 Statement of Work to install weapons rack systems. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Responses to this RFQ will be evaluated and awarded based on the best value to the Government. Evaluation criteria are: Technical Acceptability, Delivery and Price. 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 52.212-4 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 Electronic Submission of Payment Requests and Receiving Rep! orts; 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 Requirement 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. Quoters 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. Quoters are required to be registered in the Central Contractor Registration (CCR). For more information about registering, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Quoters must be registered prior to receiving an award for this RFQ or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software for Wide Area Work Flow-Receipt and Acceptance (WAWF-RA). This application allows for complete visibility of invoices throughout the acceptance and payment process. The web-site for registration is https://wawf.eb.mil. WAWF training can be accessed at https://www.wawftraining.com. Numbered Note 1 applies. The closing date for this solicitation is 20 AUG 2010, 1000 hr (10:00 am) EST. All responsible sources may submit a response, which, if received by closing, will be considered for evaluation. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to jean.wagnac@usmc.mil or fax to (910) 451-2332.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0349/listing.html)
 
Place of Performance
Address: MCSSS ArmoryCamp Johnson, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02239061-W 20100814/100813000015-49ba13a8e7270f469ffbc1546ca97e94 (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.