Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
MODIFICATION

84 -- Parachute Packing Tables

Notice Date
9/22/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
Regional Contracting Office MCI-West, Camp Pendleton, CA 92055
 
ZIP Code
92055
 
Solicitation Number
M00681-14-T-0059
 
Response Due
7/8/2014
 
Archive Date
1/4/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: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.The solicitation number is M00681-14-T-0059 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 327999 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-08 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The USMC - Camp Pendleton requires the following items, Meet or Exceed, to the following: LI 001: Removal of three existing tables; See attached for Solicitationa and Statement of Work, 1, EA; LI 002: Fabrication of three parachute packing tables ; See attached for Solicitationa and Statement of Work, 1, EA; LI 003: Installation of three fabricated parachute packing tables; See attached for Solicitationa and Statement of Work, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USMC - Camp Pendleton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. USMC - Camp Pendleton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. System for Award Management Contract Terms and Conditions- Commercial Items Protection of Govt Bldgs, Eq, and Vegetation F.O.B. Destination Requirement to Inform Employees of Whistleblower Rights Levies on Contract Payments Pricing of Contract Modifications Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Reporting Executive Compensation and First Tier Subcontract Awards Notice of Total Small Business Aside Post-Award Small Business Program Rerepresentation Convict Labor Prohibition of Segregated Facilities Equal Employment Opportunity Affirmative Action for Workers With Disabilities Encouraging Contractor Policies to BanText Messaging While Driving Restrictions on Certain Foreign Purchases. Service Contract Act of 1965 Statement of Equivalent Rates for Federal Hires Buy American Act ?Free Trade Agreements ? Israeli Trade Act Clauses Incorporated by Reference Requirements Relating to Compensation of Former DoD Officials Prohibition of Hexavalent Chromium Security Info/ Base Security Requirements Instructions to Offerors- Commercial Items. Buy American Act -- Free Trade Agreements ? Israeli Trade Act Certificate Service of Protest Representation Relating to Compensation of Former DoD Officials Evaluation-Commercial Items. Offerors Representations and Certifications-Commercial Items. Small Business Program Representations Previous Contracts and Compliance Reports Personal Identity Verification of Contractor Personnel The Government intends on issuing a purchase order/delivery order to the offerer that represents the Lowest Price Technically Acceptable (LPTA). All proposals will first be evaluated for price. The lowest priced proposal will be evaluated for technical acceptability. If the lowest priced proposal is technically acceptable, no further technical evaluation will occur. If the lowest priced proposal is not technically acceptable, the second lowest priced proposal will be evaluated for technical acceptability. This process will continue until the lowest priced technically acceptable proposal is found. The following factors shall be used to evaluate proposals: adherence to the salient characteristics and delivery terms. Responsibility For Supplies Insurance - Work On A Government Installation Unenforceability of Unauthorized Obligations Electronic Submission of Payment Requests and Receiving Reports WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b18877a2129c0c928062af4e5f9b0f50)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03522835-W 20140924/140923000234-b18877a2129c0c928062af4e5f9b0f50 (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.