Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

J -- SUBMERSABLE PUMP REPAIR

Notice Date
3/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0105
 
Response Due
3/21/2011
 
Archive Date
3/23/2011
 
Point of Contact
Harold Gray 910-451-1724 Lisa Williams 910-451-1535
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial service prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. Solicitation number M67001-11-Q-0105 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 and DFAR Change Notice 20110302. This solicitation is issued as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is _811310_ and the small business size standard is _$7M_. The Government anticipates award of a single Firm Fixed Price (FFP) contract. Marine Corps Base (MCB) Camp Lejeune, NC has a requirement to repair a Submersable Pump. CLINN 0001: REPAIR OF SUBMERSABLE PUMP MODEL 3400875 PARTS INCLUDE: SEAL,MECHANICAL WCCR/WCCR KIT,O-RING NBR SERVICE 8X5 BEARING,ROLLER CYL SNGL ROW 160X75X37MM,26X26MM,NU315ECP CABLE,SUBCAB 12X1.5 19.7MM CABLE,SUBCAB 4G70 47MM NI BEARING,ROLLER CYL SNGLROW 200X110X38,28X28MM,NU222ECPP6 BEARING,BALL ANG CONT SNGL ROW 240X110X100MM,7322BECB SEAL,MECHANICAL WCCR/WCCR, KIT,O-RING 8X5 C,KIT,O-RINGS 3400 SENSOR,LEVEL UNIT FLS-10 GROMMET,CR 27ID 35OD 22L,REWOUND STATOR 5733301 CLINN 0002: LABOR AND SERVICE The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation Commercial Items ; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items . Applicable clauses cited in 52.212-5 are: FAR 52.219-6 Notice of Total Small Business Set-Aside ; 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 52-232-33 Payment by Electronic Fund Transfer ; FAR 52.222-41 Service Contract Act . FAR 52.212-4 Contract Terms and Conditions Commercial Items . FAR 52.204-7 Central Contractor Registration ; FAR 52.247-34 F.O.B. Destination ; FAR 52.252-2 Clauses Incorporated by Reference with fill-in www.farsite.hill.af.mil; DFARS 252.204-7003 Control of Government Personnel Work Product ; DFARS 252.204-7004AltA Central Contractor Registration ; DFARS 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items ; 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 . Applicable clauses cited in 252.212-7001 are: DFARS 252.225-7001 Buy American Act and Balance of Payments Program; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports . Quoters shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial Items with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. ORCA is located at http://orca.bpn.gov. Vendors shall also provide completed copies of DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items with their quote. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter shall provide their Federal Tax ID Number, Contractors 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 database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards.). FAR 52.212-1 Instructions to Offers-Commercial Items. The award will be made to the quoter that provides the quote that is the lowest price technically acceptable (LPTA), with a satisfactory record of past performance. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1)Technical Acceptability a. Quoters shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial Items with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. ORCA is located at http://orca.bpn.gov. Vendors shall also provide completed copies of DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items with their quote. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter shall provide their Federal Tax ID Number, Contractors 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 database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards.). b. completion of work (45) days ARO. (2) Past Performance: Vendor shall submit no more than three (3) past performance references (not more than 3 years old) for contracts similar in scope and size. Information shall include Point of Contact, contract phone number, delivery/period of performance, and contract amount. (3)Price: All pricing quoted shall be FOB Destination Pricing. Award will be made on the basis of the lowest price technically acceptable (LPTA) of proposals meeting or exceeding the acceptability standards for non-cost factors with a history of acceptable past performance. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award. Direct all questions regarding this solicitation to Wayne Gray at (910) 451-1724. The closing date and time for this solicitation is 21 Mar 2011 at 1200 (12:00 PM EST). Vendors are responsible for ensuring that their submitted quote has been received and are legible. Submit quote via email to Harold.gray@usmc.mil or via fax to (910) 451-2193. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submissions after the date above will be considered late and will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0105/listing.html)
 
Record
SN02400191-W 20110316/110314234416-1aefe9a30879b40c728f0cda71779c17 (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.