Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

K -- PURCHASE AND INSTALLATION OF TARPING SYSTEMS FOR DUMP TRUCKS

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0326
 
Response Due
8/31/2010
 
Archive Date
9/15/2010
 
Point of Contact
NANCY PETERSON 910-451-3095 NANCY PETERSON
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700110Q0326 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-43 Aug 2, 2010. This procurement is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 811111 and the small business size standard is $7M. This requirement is being procured utilizing FAR Part 13 procedures. This procurement is for the purchase and installation of dump truck tarp systems on 17 Government trucks. Donovan brand or equal is being sought. The Government is providing brand name and part numbers only a reference for vendors to use in determining if they can provide equipment that can meet the Government requirement. It is not intended to indicate that the Government will accept only those brands or part numbers listed. Evaluation: The vendor s quote shall provide a description of how the vendor will meet or exceed the Government s requirements listed in Attachment 1. Award will be made to the responsible vendor who provides the lowest evaluated price for a technically acceptable solution. Technical acceptability will be based on the demonstrated ability to meet the technical requirements (brand name items only), including the delivery requirement and the warranty requirement. A mere statement that the vendor will meet the Government requirements is not sufficient. The vendor must demonstrate how it will meet the requirement. The Government intends to evaluate quotes and award a contract without conversations with vendors. Vendors should not expect requests for clarification or additional information from the Government. Therefore, the vendor s initial quote should contain the vendor s best terms for a price and technical standpoint. However, the Government reserves the right to conduct conversations with vendors if alter determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest, and may waive informalities and minor irregularities in quotes received. Instructions for the Preparation of Quotes: 1. Quotes should be clearly and concisely written as well as neat and logically assembled. The vendor shall prepare and submit an original and one (1) copy of its technical quotes. The vendor s name and company identification information shall appear only on the cover of the technical quote. Failure to follow this instruction may result in rejection of the entire quote. The closing date and time for this solicitation is 31 August 2010 at 4:00 PM EST. Questions must be submitted no later than 4:00 PM on 26 August to allow time to post responses. Submit quote and other inquiries to nancy.peterson@usmc.mil or fax to (910)451-2332. Price Quote Submission: 1. The price quote shall be submitted separately from all other quotation documents. The vendor shall prepare and submit one (1) copy of the price quote for this requirement. The Government will conduct the price evaluation required by FAR 13. a. The vendor s submitted price quote must reflect unit prices, extended amounts per line item, and overall total. b. All submitted pricing must be actual face-value pricing, having already accounted for any discounts offered and extended to the Government. c. The Government requires F.O.B. Destination pricing. d. One (1) completed copy of 52.212-3 Alt 1 and 252.212-7000, Representations and Certifications for Commercial Items. A quote shall complete only paragraph (j) of this provision if the quoter has completed the annual representations and certifications electronically at http://orca.bpn.gov. If quoter has not completed the annual representations and certifications electronically at the ORCA website, the quoter shall complete only paragraphs (b) through (i) of the provision. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions y reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/index.htm Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation 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 Statutes of Executive Orders--Commercial Items FAR 52.219-1 Small Business Program Representations 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 52-222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52-223-6 Drug-Free Workplace 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 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52-243-1 Changes Fixed-Price DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act DFARS 252.232-7003 Electronic Submission of Payment Requests The provisions and clauses can be found at FAR websites: http://www.acquisition.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, Tax ID 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 registered, or 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. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be competed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Numbered Note 1 applies. This is a brand name or equal procurement. 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, and 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. Quotes for equal items shall include a complete description of quoted item, with warranty information, product literature and pictures. CLIN #0001: ELECTRICAL/HYDRAULIC TARP SYSTEM, for dump truck; once engaged, the tarp extends (rolls out) from front to back, and is operable from driver s cab and rear of vehicle DONOVAN P/N 5000ELD QUANTITY: 17 EACH UNIT PRICE: ________ EXT PRICE: ________ CLIN #0002: TARP, 14-foot-long, heavy duty mesh, for above tarp system; DONOVAN P/N 3599 QUANTITY: 3 EACH UNIT PRICE: ________ EXT PRICE: ________ CLIN #0003: TARP, 12-foot-long, heavy duty mesh, for above tarp system; DONOVAN P/N 3598 QUANTITY: 14 EACH UNIT PRICE: ________ EXT PRICE: ________ CLIN #0004: WIND DEFLECTOR, steel, for above tarp system; DONOVAN P/N 1647 QUANTITY: 17 EACH UNIT PRICE: ________ EXT PRICE: ________ CLIN #0005: INSTALLATION OF ABOVE EQUIPMENT, on 17 dump trucks; Installation is to be performed at Base Motor Transport, Bldg 902, Camp Lejeune, NC; Contractor shall provide sufficient manpower and equipment to complete installation of all hydraulic systems of all (17) vehicles within 35 days of award (Government will provide two indoor bay areas for Contractor to work in); Contractor shall provide Labor Category, Hourly Wage and number of labor hours required in determining a total installation price. LABOR CATEGORY: __________ HOURLY WAGE:_________ HOURS:_________ QUANTITY: 1 EACH UNIT PRICE: __________ EXT PRICE: ___________ OVERALL TOTAL: $_____________________ ATTACHMENT #1 Types of vehicles and dump bodies are listed below. Veh #DescriptionTruck M & MDump Body M & M 1Truck, Dump, 10 TonFreightliner FL80Heil 8YD12 2Truck, Dump, 10 TonFreightliner FL80Heil 8YD12 3Truck, Dump, 10 TonFreightliner FL80Heil 8YD12 4Truck, Dump, 5 TonIHC 4300Galion-Godwin 400V-9 5Truck, Dump, 5 TonFreightliner M2106Heil SL3.5YD8 6Truck, Dump, 5 TonFreightliner M2106Heil SL3.5YD8 7Truck, Dump, 5 TonFreightliner M2106Heil SL3.5YD8 8Truck, Dump, 5 TonFord F80 9Truck, Dump, 5 TonFreightliner M2106Heil SL3.5YD8 10Truck, Dump, 5 TonFreightliner M2106Heil SL3.5YD8 11Truck, Dump, 5 TonIHC 4300Galion-Godwin 400V-9 12Truck, Dump, 5 TonIHC 4300Galion-Godwin 400V-9 13Truck, Dump, 5 TonIHC 4300Galion-Godwin 400V-9 14Truck, Dump, 5 TonFreightliner M2106Heil SL3.5YD8 15Truck, Dump, 5 TonIHC 4300Galion-Godwin 400V-9 16Truck, Dump, 5 TonIHC 4300Galion-Godwin 400V-9 17Truck, Dump, 5 TonIHC 4300Galion-Godwin 400V-9 ATTACHMENT #2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0326/listing.html)
 
Record
SN02256900-W 20100828/100827000611-5c4741dffa6291705760640f2bcedaf4 (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.