Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

31 -- Protection Barrier

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068110T0188
 
Response Due
9/6/2010
 
Archive Date
9/21/2010
 
Point of Contact
Mariam Steinbuch 760 725 3237
 
E-Mail Address
mariam.m.steinbuch@usmc.mil
(mariam.m.steinbuch@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-0188 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 2005-41 and the Defense Federal Acquisition Supplement, current to DCN 20070531. This acquisition is set-aside 100% for small businesses. The North American Classification System Code is 314912 and the small business size standard is 500 employees. The Regional Contracting Office Marine Corps Installations- West, Camp Pendleton, California, has a requirement for protection barrier in support of the Range Maintenance Department. Refer to the item description listed below. Note that any equal product offered must posses the same physical and functional salient characteristics as listed in each CLIN description. The quoter of equal products shall provide descriptive literature and clearly indicate in the quote that the product being offered is an śequal ť product. Clin 0001: Protection Barrier, heavy ballistics and blast protection, 4.90 x 1.35 x.5m, 1.2 pallet, OG/Sand/Black, has a capacity of 200 cubic feet, 100% textile construction, 24 cells in an offset pattern, creates a 16 foot long, 20 inch high and 43 inch deep wall when filled. Can be stacked to four units high. Manufacturer: DefenCell Part Number: Tcell-006 DC2 Sections or equal Quantity: 52 system Clin 0002: Protection Barrier, heavy ballistics and blast protection, 4.90 x 1.90 x.5m, 1.5 pallet, OG/Sand/Black, has a capacity of 4.7 cubic meters, 100% textile construction, 48 cells in three cell-wide honeycomb pattern, creates a 16 foot long, 1.5 foot high and 63 inch deep wall when filled. Can be stacked to four units high. Manufacturer: DefenCell Part Number: Tcell-007 DC3 Sections or equal Quantity: 52 system Clin 0003: Protection Barrier, heavy ballistics and blast protection, 4.90 x 2.50 x.5m, 4.33 pallet, OG/Sand/Black, 100% geotextile construction, creates a 16 foot long, 20 inches high and 87 inch deep wall when filled. Can be stacked to four units high. Manufacturer: DefenCell Part Number: Tcell-008 DC4 Sections or equal Quantity: 104 system Clin 0004: Sheet material, 100 yard x 151 ť wide. Include (7) filling frame, universal DC (one included per pallet) and Manual and filling guide (one included per pallet. Manufacturer: DefenCell Part Number: DC 3401-151 or equal Quantity: 4 Rolls The Government intends to award a firm-fixed price contract as a result of quotations received in response to this solicitation. The basis for this award will be made on a lowest price technically acceptable determination. The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and delivery considered. The quoter must be able to deliver all items quoted within 30 days upon receipt of order. The following FAR Clauses/Provisions apply and may be accessed electronically at http://farsite.hill.af.mil. 52.204-7, Central Contractor Registration 52.211-6, Brand Name or Equal 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 52.247-28, F.O.B. Destination 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 Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor---Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.223-15, Energy Efficiency in Energy-Consuming Products 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 252.211-7003, Item Identification and Valuation 52.222-26, Equal Employment Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 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: 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.225-7036, BAA-TAA-BoPP 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. Online Representations & Certifications Applications (ORCA): Quoters may submit Representations and Certifications electronically at http://orca.bpn.gov/. Certifications submitted as part of the contractor ™s quote, or submitted online via ORCA, are required. If Online Representations & Certifications are used, quoter ™s shall state in their quote that certification in ORCA is current, complete, and accurate as of the date of the quoter ™s signature, or list any changes. 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 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. Quotations may be submitted by the methods mentioned below on or before 06 September 2010, at 2:00 P.M. Pacific Standard Time. E-mail submissions must be limited to less than 2MB. The quoter should confirm receipt of facsimile and email submissions. All transmissions must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Quotations may be submitted as follows: MAIL: Regional Contracting Office-MCI West Attn: Mariam Steinbuch P.O. Box 1609 Oceanside, CA 92051-1609 HAND DELIVERY: Regional Contracting Office- MCI West Attn: Mariam Steinbuch Bldg. 22180 Camp Pendleton, CA 92055 FAX: 760 725 4346 ELECTRONIC MAIL (e-mail): Mariam.m.steinbuch@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068110T0188/listing.html)
 
Place of Performance
Address: M33004
Zip Code: Range Maintenance Department
 
Record
SN02263718-W 20100903/100901235325-5a36447802825f258ad6c1af8f245b3f (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.