SOLICITATION NOTICE
72 -- MCAS YUMA HAS A REQUIREMENT FOR FOUR (4) MOBILE TURN-OUT GEAR LOCKERS WITH DOORS, TWELVE (12) MOBILE BUNKER GEAR LOCKERS WITH DOORS, AND SEVENTY-TWO (72) GEAR HANGERS FOR BUNKER GEAR LOCKERS.
- Notice Date
- 5/16/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M62974 YUMA, AZ
- ZIP Code
- 85369-9133
- Solicitation Number
- M6297407T8024
- Response Due
- 5/23/2007
- Archive Date
- 6/22/2007
- Point of Contact
- FRANCES CERKA 928-269-2632
- 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, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number M62974-T-8024 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through FAC 2005-16. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or ! a derivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. This acquisition in 100% small business set aside. The NAICS classification code is 337215 and the small business size standard is 500. Items are as follows: CLIN 0001. Provide four (4) Mobile Turn-Out Gear Lockers with doors. Four (4) lockers per set/dolly; minimum compartment size 24"W X 24"D X 72"H; cold rolled steel with baked enamel coating; 14 gauge steel frame; side and end panels are solid steel, inside panels are perforated steel; solid doors with louvers at the top and bottom; doors to have padlock hasp for security; internal upper security box with padlock hasp; castors in accordance with NFPA 1851; locker color red. CLIN 0002. Provide twelve (12) Mobile Bunker Gear Lockers with doors. Six (6) pack (three lockers on each side); minimum compartment size 24”; ! minimum unit size 75"W X 39"D X 83"H; three (3) apparel hooks per lock er; includes two (2) adjustable shelves, adjustable in 3” increments; doors, sides, and back grid are heavy duty ¼” wire; frame to be heavy duty 1 ¼” tubing; castors capable of 250 pounds weight; locker color: powder coat red. CLIN 0003. Provide seventy-two (72) Hanging Bars for Mobile Bunker Gear Lockers. Horizontal hanging bar to fit minimum 24” Mobile Bunker Gear Locker as described in CLIN 0002. Provide descriptive literature (i.e. pictures, brochures, and detailed specifications, etc.), to include providing model number and copy of pages out of your catalog for each item quoted. Failure to provide any of this information, or providing inadequate or unclear information, will result in the quote being rated unsatisfactory and ineligible for award. Required delivery date is 15 July 2007. Quotes are solicited FOB destination MCAS Yuma AZ. Inspection and acceptance will be at destination. The Government will award a firm fixed price contract resulting from this Request! for Quotation based on lowest price technically acceptable offer. Award will be on an all or non basis. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offer Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statures or Executive Orders-Commercial Items with the following applicable clauses under Para (b): (5) (i) 52.219-6, Notice of Total Small Business Set-Aside, (14) 52.222-3, Convict Labor, (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies, (16) 52.222-21, Prohibition of Segregated Facilities, (17) 52.222-26 Equal Opportunity, (18) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (19) 52.222-36 Affirmative Action for Workers with Disabilities, (20) 52.222.37, Employment! Reports on Special Disabled Veterans, Veterans of the Vietnam Era, an d Other Eligible Veterans, and (31) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, DFARS 252.211-7003 Item Identification and Valuation, and DFARS 2522.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. All vendors submitting a quote are notified that you must be active in the Central Contractor Register database to be considered for award. The website for registration is www.ccr.gov. All r! esponsible business sources may submit a quote which shall be considered by the agency. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS number, Tax Identification Number, full name and phone number of vendor’s point of contact, and a completed copy of FAR 52.212-3 Offer Representations and Certifications-Commercial Items. Clauses may be obtained at website: http://farsite.hill.af.mil. Quotes may be submitted via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Frances Cerka. FEDEX quotes may be submitted to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Frances Cerka. Quotes may be submitted to Frances Cerka via fax at 928-269-2287. Offerors! bear the burden of ensuring that all pages of the quote reach the des ignated office before the deadline specified in this solicitation. Defense Priorities and Allocations System rating for this acquisition is DO-C9E. Numbered note 1 applies. Only written quotes are acceptable and must be received and identified by RFQ M62974-07-T-8024 by 1200 PM (PT) on 23 May 2007. Contact Frances Cerka at 928-269-2632 for information regarding this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/USMC/M62974/M6297407T8024/listing.html)
- Record
- SN01295836-F 20070518/070516221847 (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 |