Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
SOLICITATION NOTICE

K -- Two-Way Radio Upgrade

Notice Date
4/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
M20364 USMC CHEMICAL BIOLOGICAL INCIDENT RESPONSE FORCE 4th Marine Expeditionary Brigade (AT) NSWC, 101 Strauss Avenue, Bldg. 901 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
M2036411Q0009
 
Response Due
5/2/2011
 
Archive Date
5/17/2011
 
Point of Contact
Sgt Alfred LeDuc 301-744-2029 Capt Steven Ingle
 
E-Mail Address
.ingle@usmc.mil<br
 
Small Business Set-Aside
N/A
 
Description
1) 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 M20364-11-Q-0009 is being issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20110331. The North American Industry Classification System (NAICS) Code is 334220 and the small business size standard is 750 employees. See the attached document for surther dtails of the requirement. 2) List of Ites Requested: (see attached solicitation for detailed CLIN information) CLIN 001: Restore Radios to Factory Settings, Qty 250 EA. CLIN 002: Ruggedized NickelMetal Hydride (NiMH) 1800MAH Batteries, Qty 250 EA. CLIN 003: Extended Warranty for 12 Months from expiration of standard warranty, Qty 250 EA. 3) Clauses and Provisions: (see http://farsite.hill.af.mil/vffara.htm) FAR 52.202-1, Definitions 52.203-3, Gratuities. 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.204-7, Central Contractor Registration. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-5, Certification Regarding Responsibility Matters. 52.209-7, Information Regarding Responsibility Matters. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors “Commercial Items. 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: 1.Technical adherence, 2. Price, 3. Delivery terms. 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 52.222-3, 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. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.252-1, Solicitation Provisions Incorporated by Reference. DFAR 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. 252.225-7001, Buy American Act and Balance of Payments Program. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests). 4) Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications ”Commercial Items with their quote. The contractor should also provide its Commercial And Government Entity (CAGE) Code, Contractor Establishment code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the Central Contractor Registration to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit https://www.bpn.gov/ccr/default.aspx Contractors are also required to be registered in Wide-Area Work Flow; contractors can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. 5) Quotations for this request may be submitted electronically to Sgt Alfred LeDuc at alfred.leduc@usmc.mil; faxed to (301) 744-2029, or sent via regular mail to the CBIRF Contracting Office, Attn: Sgt Alfred LeDuc, 3399 Strauss Ave, STE 219, Indian Head, MD 20640. Written, Facsimile, or emailed quotes and required information must be received at this office on or before 02 May 2011 at 1:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M20002/M2036411Q0009/listing.html)
 
Place of Performance
Address: 3399 Strauss Ave, STE 219, Indian Head, MD
Zip Code: 20640
 
Record
SN02427458-W 20110420/110418234615-961c9d976dfb2167c709e17f70efa3f4 (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.