Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

J -- TECHNICAL SUPPORT SERVICES AT SCHOOL OF INFANTRY-EAST, CAMP GEIGER, (VARIOUS BUILDINGS), NC FOR MAINTENANCE OF VARIOUS AUDIO-VIDEO EQUIPMENT

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0311
 
Response Due
9/15/2011
 
Archive Date
10/15/2011
 
Point of Contact
GLENN MAYBERRY 910-451-1707
 
E-Mail Address
GLENN.MAYBERRY@USMC.MIL
(GLENN.MAYBERRY@USMC.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700111Q0311 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARS 20110819. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 811211 and the small business size standard is $7M. Line Item #0001: TECHNICAL SUPPORT SERVICES AT SCHOOL OF INFANTRY-EAST, CAMP GEIGER, (VARIOUS BUILDINGS), NC FOR MAINTENANCE OF VARIOUS AUDIO-VIDEO EQUIPMENT TO INCLUDE SMART SYMPODIUMS, DALITE SCREENS AND CONTROLLERS, EPSON PROJECTORS, VARIOUS MOUNTING ASSEMBLIES, VISUAL PRESENTERS, AUDIO PROCESSORS, SHURE MIC SYSTEMS, TOSHIBA DVD/VCR COMBOS, EXTRON SWITCHERS AND AMPLIFIERS, AMX CONTROL PROCESSORS/PANELS, JELCO CASES, VFI MOBILE CART WITH AUDIO READY-2-GO, ALL ASSOCIATED CABLING AND CONNECTORS. Period of performance is 12 months from date of contract award. SEE ATTACHED STATEMENT OF WORK FOR SPECIFIC DETAILS AND REQUIREMENTS. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quotes shall include the following: (1) Price “ on a monthly basis for twelve months (all pricing quoted shall be FOB Destination), (2) Technical Capability “ Brief statement of the company ™s ability to perform all the requirements in the Statement of Work. The basis for award is best value. œBest value  means the expected outcome of the acquisition is that, in the Government ™s estimation, which provides the greatest overall benefit in response to the requirement. Pursuant to FAR 13.106-1(a)(2), the criteria for evaluation are (1) Price and (2) Technical capability. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.247-34 F.O.B. Destination DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; DFARS 252.203-7002 Requirement to Inform The following clauses are incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; with the following clauses checked: FAR 52.222-50 Combating Trafficking in Persons, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, 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 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled dVeterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.217-8 option to extend services (fill-in is 30 days) FAR 52.219-1 Small Business Program Representations, FAR 52-243-1 Changes “ Fixed-Price, FAR 52.252-2, Clauses Incorporated by Reference with http://www.farsite.hill.af.mil/ as fill-in DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; with the following clauses checked: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001 Pricing of Contract Modifications, OFFERORS SHALL BE PREPARED TO PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE UPON REQUEST. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.farsite.hill.af.mil/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor ™s 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. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine Best Value to the Government are price, technical acceptability and delivery. Contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar in scope to this requirement. The closing date for this solicitation is indicated on the NECO site at 3:00 pm, EST). Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to glenn.mayberry@usmc.mil or fax to (910) 451-2193 “ Attn: Glenn Mayberry.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0311/listing.html)
 
Place of Performance
Address: CAMP GEIGER, JACKSONVILLE, NC
Zip Code: 28542
 
Record
SN02570499-W 20110911/110910000937-e496a2950d548e73eeaac3953e2a693c (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.