Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

54 -- Mobi-Mat or Equivalent Standard Kits for Beach Access

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal 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
M2036411Q0017
 
Response Due
9/21/2011
 
Archive Date
10/6/2011
 
Point of Contact
SSgt Randall Chatfield 301-744-2094
 
E-Mail Address
randall.chatfield@usmc.mil
(randall.chatfield@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: PLEASE ENSURE THAT YOU READ THIS DOCUMENT IN ITS ENTIRETY PRIOR TO SUBMITTING YOUR QUOTE. WHEN SUBMITTING YOUR QUOTE, ADDRESS ALL REQUIREMENTS LISTED BELOW. 1. STATEMENT OF OBJECTIVE: This requirement is for the acquisition of MOBI Mats in support of CBIRF, Indian Head, MD. Required items and specifications are listed. The Government will only consider items for evaluation of quotes that meet all requirements listed. CLIN 0001: MOBI-MAT or Equivalent Standard Kit for Beach Access; Quantity: 08 Kits Manufacturer: Deschamps Mat Systems, Inc.; Manufacturer Part Number: 154058 (Ref 154203) Each kit is made of 1 MOBI-MAT roll type A2X Medium Grade Each roll is 13 8 wide x 33 long (4, 20 m x 10 m); Weight lbs/roll 182 lbs Kit includes all tools and accessories; See attached item list for individual item details CLIN 0002: MOBI-MAT or Equivalent Standard Kit for Beach Access; Quantity: 08 Kits Manufacturer: Deschamps Mat Systems, Inc.; Manufacturer Part Number: 154059 (Ref 154205) Each kit is made of 1 MOBI-MAT roll type A2X Medium Grade Each roll is 13 8 wide x 66 long (4, 20 m x 20 m); Weight lbs/roll 334 lbs Kit includes all tools and accessories; See attached item list for individual item details CLIN 0003: Wooden Storage Box for CLIN 0001; Quantity: 02 Each Manufacturer: Deschamps Mat Systems, Inc.; Manufacturer Part Number: 154530 CLIN 0004: Wooden Storage Box for CLIN 0002; Quantity: 04 Each Manufacturer: Deschamps Mat Systems, Inc.; Manufacturer Part Number: 154535 2. PROCUREMENT APPROACH: This procurement is being conducted under FAR part 8 and is therefore being issued as Unrestricted in regards to business size standards. The North American Industry Classification System (NAICS) Code is 332312 and the Federal Supply Code (FSC) is 8135. The Contractor s quoted product description shall reflect the characteristics and level of quality that will satisfy the Government s need. A firm fixed price delivery order will be issued as the procurement instrument. It is the Government s intent to award on an all or none basis to satisfy this requirement. Evaluation of quotes, and subsequent determination of award will be based on the Lowest-Price, Technically Acceptable quote. The manufacturer s name and part/model number(s) provided in this RFQ are intended to describe one option/example of items capable of satisfying the Government s minimum requirement. The manufacturer s name and part/model number(s) are provided only to assist potential quoters in understanding the Government s minimum requirement. The Government is not soliciting or suggesting a particular name brand and will consider all quotes for products of the same design and quality as the product(s) listed, meeting the minimum specifications. 3. TECHNICAL COMPLIANCE. To ensure technical compliance with the requirements detailed in the Statement of Objective above and the attached item list, quotes shall include: a. A complete and detailed description of proposed items, including all available specifications, quoted manufacturer s name and part/model number(s). b. Contractor shall provide all applicable literature, technical drawings, and item specifications. c. Contractor shall provide all applicable terms of applicable warranties. 4. Delivery: The Government is requesting delivery to CBIRF, Indian Head, MD 20640 within 45 days After Receipt of Order (ARO). Demonstration of products: If necessary, a detailed demonstration will be required for the item(s) purchased to identify all the required uses and the proper fitting of items. This demonstration will be conducted by the vendor or a vendor s representative. If the demonstration is necessary, a date and time will set at the receipt of the required materials. 5. LOCATION. All required items are to be delivered to the following address: CBIRF Naval Surface Warfare Center (Insert Contract Number) 521 Patterson Road Indian Head, MD 20640 Attn: Supply/Fiscal 6. PRICING. All quotes submitted shall be the Contractor s Best Pricing. The Government requests that all pricing be Firm Fixed-Price. 7. Evaluation: Responses to this RFQ will be evaluated and an award will be based on the Lowest-Price, Technically Acceptable quote. 8. CLAUSES DEPARTMENT OF DEFENSE FEDERAL ACQUISITION REGULATIONS SUPPLEMENT (DFAR) CLAUSES: 252.203.7002 Requirement to inform employees of whistleblower Rights 252.204.7004 Alt A Alternate A, Central Contractor Registration 252.211.7003 Item Identification and Validation 252.212.7001 Contract terms and Conditions required 252.223-7006 Prohibition on Storage and disposal of Toxic/ hazardous Material 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7013 Duty-Free Entry 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232.7010 Levies on Contract Payment 252.243.7001 Pricing of Contract Modifications Wide Area Workflow: As a condition of receipt of the contract, the Contractor agrees to implement the Department of Defense (DoD) web based software application called Wide Area Workflow-Receipt and Acceptance (WAWF-RA). This allows for complete visibility throughout the acceptance and payment process. The website for registration is https://wawf.eb.mil. WAWF training can be accessed at http://wawftraining.com. Central Contractor Registration: Contractor must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUN/CCR website is: http://www.ccr.gov/. 9. Submission: Due to this procurement being conducted under FAR part 8, the RFQ/solicitation will be posted to GSA s e-Buy. All quotes must be submitted by 12:00 P.M. EST on Wednesday, 21 September 2011. Quotes received after this time and date may not be considered for award. All quotes shall include a valid, applicable GSA Schedule number; any open market item(s) quoted shall be clearly annotated on the quote with the words OPEN MARKET ITEM . Please submit quotes through GSA e-Buy, by email randall.chatfield@usmc.mil or by facsimile, Attn: SSgt Chatfield, (301) 744-2018. Please include the solicitation number in all correspondance. 10. POINT OF CONTACT: SSgt Randall Chatfield, Contracting Officer, CBIRF Email: randall.chatfield@usmc.mil Phone: (301) 744-2094; Fax: (301) 744-2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M20002/M2036411Q0017/listing.html)
 
Place of Performance
Address: Chemical Biological Incident Response Force, Indian Head, MD
Zip Code: 20640
 
Record
SN02574807-W 20110915/110914000957-9e6c033740626d71f2607ec65bd189e1 (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.