Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOLICITATION NOTICE

56 -- Woven Wire Fencing for Camp Pendleton, Ca.

Notice Date
6/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068111T0136
 
Response Due
6/20/2011
 
Archive Date
7/12/2012
 
Point of Contact
SSgt La, Doan 760-725-3237 SSgt La, Doan
 
E-Mail Address
a@usmc.mil<br
 
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 M00681-11-T-0136 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 2005-50 and the Defense Federal Acquisition Supplement, current to DCN 20070531. The North American Classification System Code is 332618 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: Delivery and installation of Woven Wire fencing to multiple locations on board Marine Corps Base, Camp Pendleton, Ca 92055, see attached requirement list. Please include a specifications sheet and pictures of the item.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 award resulting from this solicitation will be made to the Lowest Priced, Technically Acceptable (LPTA) offeror that can deliver the requested items within 45 days After Receipt of Order (ARO). 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. 52.222-3, Convict Labor. 52.222-19, Child Labor “Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans. 52.222-36, Affirmative Action for Workers with Disabilities. and 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. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 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: Doan T. La, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to doan.la@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 20 June 2011, at 12:00 p.m. Pacific Standard Time. Point of Contact SSgt La, Doan, Contract Specialist, Phone 760-725-3237, Fax 760-725-4346, email doan.la@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0136/listing.html)
 
Place of Performance
Address: Various Locations, see Requirements list, Camp Pendleton, Ca
Zip Code: 92055
 
Record
SN02471880-W 20110616/110614234542-c9210c0139c48ada328f8161ee59cd13 (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.