SOLICITATION NOTICE
99 -- Tactical Supplies
- Notice Date
- 11/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- M67001 Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700105Q0021
- Response Due
- 12/3/2004
- Archive Date
- 1/3/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is restricted to small business participation only. Solicitation number M6700105Q0021 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. The proposed acquisition is a 100% small business set-aside. The associated NAICS code is 453998 and small business size standard is $6,000,000 or 500 employees for Govt. Contracting. The requirement is for tactical supplies to include line item #1 -12 ft Foldable QuikstepTM Ladder, folds from briefcase size to a fully extended ladder, built with aluminum and stainless steel, comme! rcial grade santoprene non-slip foot and bumpers, heavy duty polypropylene straps (1" safety strap; 2" carry strap), exceeds Horizontal Bend Test (310 lbs suspended from center rung when 12' ladder is suspended horizontally between supports 6" in from each end), exceeds Rung to Rail Shear test (1000 lbs suspended from center rung of 12' ladder set up at a 75: angle), tactical black powder finish, measures 11-1/4"H x 26-1/2"W x 3"D folded and 144"H x 16"W x 3"D open; 34 lbs., quantity 191; line item #2 -Stinger Spike System ? 2010 Metro 10 ft. with case, 20.8? L x 12.8? W x 3.0? H, ship wt. 10.0, qty 147; Delivery is to be no later than 5 January 2005. FOB destination to Freight Traffic Branch TMO, Bldg 1011, Camp Lejeune, NC 28542. Quotes other than FOB destination will be rejected. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area workflow receipt and acceptance (WAWF-RA)! . This application 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://www.wawftraining.com. The following contract clauses apply to this procurement: The clause at FAR 52.212-1, Instructions to Offerors ? Commercial Items; The clause at FAR 52.212-2, Evaluation-Commercial Items. Addendum:(a) Award will be based on the quote that offers the lowest cost to the Government. The following factors shall be used to evaluate offers: (1) Delivery date, (2) Price, (3) Past Performance, in descending order of importance. Price is considered to be significantly more important than the other factors combined. A minimum of three (3) referrals shall be given to the government. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms! and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses apply: FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-19, FAR 52.225-13, FAR 52.225-1, FAR 52.232-33. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following clauses are checked: 252.225-7001, 252.232-7003,252.247-7023. The provision at 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country applies to this acquisition. The offeror is required to provide their Contractors DUNS number and their Commercial and Government Entity (CAGE) code with their quote. The CAGE code must be for that name and address provided by the C! ontractor. DFARS 252.204-7004 Alternate A (Nov 2003) Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center at 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award and for any future awards. Offers are due by 4:00PM ET on 3 December 2004. Submit offers by: e-mail to tracy.fulks@usmc.mil, or fax to (910) 451-1275. For information regarding this solicitation, contact Tracy Fulks at telephone number (910) 451-1571. See Numbered Note 1.
- Record
- SN00712527-W 20041125/041123212308 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |