Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

56 -- Concrete and Boom Pump - RFQ

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M01244-14-SU-C4020
 
Archive Date
8/16/2014
 
Point of Contact
Marcus A. Schnars,
 
E-Mail Address
Marcus.schnars@usmc.mil
(Marcus.schnars@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ and Cover Sheet REQUEST FOR QUOTE PROJECT: CONCRETE AND PUMP RFQ CLOSE DATE: 4:00 P.M. EST ON 01 August 2014 REQUIRED DELIVERY DATE: 30 DAYS ARO The Government intends on issuing a purchase order/delivery order to the quoter that represents the Lowest Price Technically Acceptable (LPTA). The following will be considered when determining technical acceptability: •· Adherence to the minimum functional characteristics This is a notice that this is a Total Set Aside for Small Business and must be applicable with NAICS code 327320 and have a size standard of 500 employees. Other NAICS codes will be excepted on a case by case basis. Only quotes submitted by Small Businesses will be considered by the Government. Any quote that is submitted by a contractor that is not Small Business will not be considered for award.. REQUEST FOR QUOTATION ON THE FOLLOWING ITEMS: CLIN ITEM M/F PART NUMBER QTY U/I UNIT PRICE TOTAL AMOUNT 0001 0002 Concrete 42" Meter Boom Pump 113 113 Cubic Feet Cubic Feet Minimum Functional Characteristics: •· The concrete must meet the minimum compressive strength of 21 MPA (3000 PSI) after 28 days of cure time. •· The service provider must be able to continuously pour concrete at each site until completion which meets the minimum standards set forth by Naval Air Systems Command (NAVAIR). Service provider must be able to provide 42" metered concrete boom pump available for delivery 15 - 30 August 2014, to MCAS Yuma, Az. MAWTS-1 (CWO3 Derek McCarthy) will notify the company 24 hours in advance of required delivery date. The delivery time must be no later than 0700 on the date(s) requested. The engineering and construction work will be completed by a Marine unit. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. A quote will be considered non-responsive if technical acceptability is not met. Award will be made on an all or none basis. FAILURE TO SUBMIT THE REQUIRED ATTACHMENT AND INFORMATION MAY RESULT IN YOUR QUOTE BEING CONSIDERED NON-RESPONSIVE. Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water-efficient, bio-based, environmentally preferable, non-ozone depleting, are made with recovered materials, or use renewable energy technologies. If products/services are not sustainable, but your company engages in sustainable practices, please describe them. Please submit your quotations via e-mail to Marcus.Schnars@usmc.mil Quoters bear the burden of ensuring that quotes (and any authorized ammendments) reach the designated office on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. The following clauses apply to this request for quotation: FAR 52.212-4 Contract Terms and Conditions- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.219-6 Notice of Total Small Business Aside FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Employment Opportunity FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.223-18, Encouraging Contractor Policies to BanText Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management FAR 52.252-2 Clauses Incorporated by Reference FAR 52.204-7 System for Award Management FAR 52.247-45 F.O.B. Origin and/or Destination Evaluation FAR 52.219-1 Alt. I Small Business Program Representations FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-50 Combating Trafficking in Persons DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.211-7003 Item Identification and Valuation DFARS 252.232-7010 Levies on Contract Payments DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M01244-14-SU-C4020/listing.html)
 
Place of Performance
Address: Camp Pendleton, Ca 92054, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN03439666-W 20140730/140728234525-23e34e757fb3262bb14e3bf69db305e6 (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.