Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

49 -- Fire and Alerting System Software Maintenance

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068111T0201
 
Response Due
9/15/2011
 
Archive Date
9/30/2011
 
Point of Contact
Paul Lirio 7607258142 Anthony J. Muscarella II
 
E-Mail Address
760-725-8451<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item 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-0201 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20110819. The North American Classification System Code is 811213 and the small business size standard is $10 million. This acquisition is a total small businesses set-aside. Marine Corps Base, Camp Pendleton, California, has a requirement for fire and alerting system software maintenance. See Statement of Work for details of requirement. The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. The evaluation factors for this requirement shall be price and technical capability. The following FAR Clauses/Provisions apply: 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 Rerepresentation; 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; and 52.225-13, Restriction on Certain Foreign Purchases); ; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.252-1, Solicitation Provisions Incorporated by Reference. The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Alt I, Item Identification and Valuation, Alt I; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 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: Camp Pendleton Regional Contracting Office, Attn: Anthony J. Muscarella II, P.O. Box 1609, Oceanside, CA 92055-1609; emailed to: anthony.muscarella@usmc.mil; faxed to: 760-725-4346; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 15 September 2011, at 15:00 p.m. Pacific Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0201/listing.html)
 
Place of Performance
Address: BLDG 1526, Camp Pendleton, CA
Zip Code: 92055
 
Record
SN02571854-W 20110914/110912235436-52880810bf5b2ed1bcca8c05b018e605 (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.