Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOLICITATION NOTICE

62 -- LED Display

Notice Date
1/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068112T0019
 
Response Due
1/27/2012
 
Archive Date
2/11/2012
 
Point of Contact
Sgt Torey J. Fezer 760 725 3236 carlos.duran@usmc.mil
 
E-Mail Address
Sgt Torey J. Fezer
(torey.fezer@usmc.mil)
 
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, 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 M00681-12-T-0019 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 2005-55 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20111220. The North American Classification System Codes are 339950, the small business size standard is 500 employees. This acquisition is a 100% SMALL BUSINESS SET-ASIDE. Any quotations received from concerns other than small businesses will be not be considered for award. I MEF Headquarters Group, Camp Pendleton, California, has a requirement for an indoor LED display board with stand. The salient characteristics of the requirement are as follows: -Display Size: Approximately H 20in x W 18in (+/- 1in) -Overall Size (with stand): Approximately H 73in x W 27in x D 5.5in (+/- 1.5in) -Bulbs: Amber LED -Text: 8 Lines per page, 20 characters per line, 5 x 7 Dot Matrix -Wireless remote control programmable 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 following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors “ Commercial Items; 52.212-2, Evaluation “ Commercial Items, evaluation factors will be based on price, adherence to salient characteristics and warranty provisions. Product literature (including a photo) should be provided with the quote. Delivery terms will be considered; 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 Rerepresentations; 52.222-3, Convict Labor; 52.222-19, Child Labor śCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.219-1, Small Business Program Representations; 52.252-1, Solicitation Provisions Incorporated by Reference; http://farsite.hill.af.mil/farsite.html 52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil/farsite.html The following DFAR Clauses also apply: 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 Acquisitions of Commercial Items, incorporating: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests). 252.247-7023 Alt III, Transportation of Supplies by Sea Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications śCommercial 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. A quotation for this request shall be submitted via regular mail to: Camp Pendleton Regional Contracting Office, Attn: Torey J. Fezer, P.O. Box 1609, Oceanside, CA 92055-1609; emailed to: torey.fezer@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 January 27th, 2011, at 12:00 p.m. Pacific Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0019/listing.html)
 
Record
SN02658887-W 20120125/120123233913-6de58dbbaae55f1395f5554a18304c10 (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.