Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

N -- Removal of Existing Weapons Racks and Installation of new Space Saver Weapons racks.

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068111T0084
 
Point of Contact
SSgt Aaron Ware 760-763-5420
 
E-Mail Address
SSgt Aaron Ware Email Address
(aaron.ware@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 solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-11-T-0084 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 2005-49 and the Defense Federal Acquisition Supplement, current to DPN 20110311. The North American Classification System Code is 337215 and the small business size standard is 500 employees. This acquisition is set-aside 100% for small businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: Removal and Installation of Existing Space Saver Weapons Racks. Prospective vendors must be certified by Space Saver corporation to install the existing weapons racks. See the Attachment for the statement of work. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation, will be most advantageous to the Government. The following factors shall be used to evaluate quotes: 1. Adherence to specifications 2. Price 3. Delivery. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 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. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.222-41, Service Contract Act. 52.222-42, Statement of Equivalent Rates for Federal Hires). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7001, Buy American Act and Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests). 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. 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. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: SSgt Aaron D. Ware, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to aaron.ware@usmc.mil, faxed to 760-725-4643, 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 29 Mar 2011, at 3:00 p.m. Pacific Standard Time. Point of Contact SSgt Aaron D. Ware, Contract Specialist, Phone 760-763-5420, Fax 760-725-4643, email aaron.ware@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0084/listing.html)
 
Place of Performance
Address: School of Infantry - West
Zip Code: Bldg 52592
 
Record
SN02408759-W 20110326/110324234756-0911fb6ff52839cd0a959113d773d2d3 (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.