Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

T -- Canon Copier Maintenane & Service.

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068110T0202
 
Response Due
9/14/2010
 
Archive Date
10/14/2010
 
Point of Contact
Brian Jackson 7607258142
 
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 M0068110T0202 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 20100430. The North American Classification System Code is 811212 and the small business size standard is $25M. This acquisition is set-aside 100% for small businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following items: CLIN 001: Maintenance, Service and Black and White copies detailed in attached document. Please see attached document for Statement of Work and specific quantities of copies. Contract shall be awarded for a 12 month period with one option year. (Quantities and required services are the same for option year 1). Contractor must be able to start performance by October 1, 2010. Contract award shall be based upon an evaluation of price and ability to meet delivery terms The Government will award a contract resulting from this solicitation to the responsible vender whose quotation conforming to the solicitation; will be most advantageous to the Government. The following factors shall be used to evaluate quotes: 2. Price. 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. 52.219-28, 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. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Handicapped Workers. 52.233-15, Energy Efficiency in Energy-Consuming Products. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003, Item Identification and Valuation. 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). Venders responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The vender 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. Venders are required to be registered in Wide-Area Work Flow. Venders can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those venders 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: Brian Jackson, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to Brian.jackson@usmc.mil, faxed to 760-725-4346, 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 23 August 2010, at 1300 Pacific Time. Point of Contact Brian Jackson, Contract Specialist, Phone 760-725-8142, Fax 760-725-4346, email brian.jackson@usmc.mil “ Allie Coetzee, Contracting Officer, Phone 760-725-8457 Fax 760-725-4346, email allie.coetzee@.usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068110T0202/listing.html)
 
Place of Performance
Address: Bldg 210536, Camp Pendleton, CA
Zip Code: 92055
 
Record
SN02274330-W 20100911/100909235332-8da35f4b9f5019ccb75f9a1721275526 (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.