SOLICITATION NOTICE
61 -- Copper Cable
- Notice Date
- 5/6/2008
- Notice Type
- Presolicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Tactical Systems Support Activity, M68909 MARINE CORPS TACTICAL SYSTEMS SUPPORT ACTIVITY Camp Pendleton, CA
- ZIP Code
- 00000
- Solicitation Number
- M6890908Q1016
- Response Due
- 5/9/2008
- Point of Contact
- Carol Amano 760-725-9194
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a written solicitation will not be issued. This procurement is under FAR 13.5, Test Program for Certain Commercial Items. Solicitation number M68909-08-Q-1016 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 and Defense Federal Acquisition Regulations Supplement Change Notice 20080423. NAICS Code 423610 applies with a size standard of 100 employees. This is an unrestricted solicitation. Item 0001: Copper Wire, 22 AWG, 600 Pair, PE39, Aluminum Shielding, General P/N 7524945 or equivalent product, Total 35,000 feet, for delivery FOB Destination to Marine Corps Base, Camp LeJuene, NC. Quotations are solicited FOB Destination only and quotations received that are not FOB destination will not be considered. All responsible contractors may submit a quotation which shall be considered. Quotations shall include a narrative that will address: (1) The manufacturer and part number quoting. If quoting an equivalent product, explain in detail with descriptive literature how the product is an equivalent and state the country of origin of the product. (2) The warranty period. The contractor shall extend to the Government no less than any standard commercial warranty normally offered in a similar commercial sale. The warranty period shall commence upon final acceptance of the product by the Government. (3) The maximum period of acceptance (or time period) the contractor can hold prices firm. Note: Quotations received that are less than ten calendar days will not be considered. (4) The maximum quantity variance the contractor will accept. Note: Quotations received that are more than 2% quantity variance will not be considered. (5) Delivery Date. The following FAR provisions are incorporated by reference and apply to this acquisition: 52.211-6; 52.211-16; 52.211-17; 52.212-1, [52.212-1 Addendum to paragraph b, This is a brand name or equal RFQ. If the Offeror proposes the brand name, no further descriptive literature is required. If the Offeror provides a quotation on an equivalent product, it is Offerors responsibility to identify the manufacturer, part number and country of origin in sufficient detail to permit evaluation by the Government; 52.212-1 Addendum to paragraph (c), If the Offeror cannot hold the prices firm for 30 calendar days from the date specified for receipt of quotations, the Offeror shall so state the period of acceptance in their Quotation. The period of acceptance can be not less than seven calendar days and Quotations received that are less than ten calendar days will not be considered.]; 52.212-2, Technical capability of the items offered to meet the Government requirement and Price; 52.212-3 [Alt I], the vendor must complete and return with quotation if not registered in ORCA; 52.212-4; 52.212-5, with the following clauses under paragraph (b) incorporated by reference: 52.203-6 with Alternate I, 52.219-8, 52.219-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-15, and 52.232-33. The following DFARS provisions are incorporated by reference and apply to this acquisition: 252.211-7003; 252.212-7000; and 252.212-7001 with the following clauses under paragraph (b) incorporated by reference: 52.203-3, 252.225-7012, 252.225-7014, 252.225-7021, 252.226-7001, 252.232-7003 and 252.243-7002. The following USMC provision is incorporated by reference and applies to this acquisition: USMC Wide Area Workflow (WAWF) Implementation. By responding to this Quotation, the Offeror agrees to submit invoices via WAWF. The full text of clauses and provisions incorporated by reference may be obtained at the following addresses: http://www.arnet.gov/aar/, http://www.acq.osd.mil/dp/dars/dfars.html, http://web1.deskbook.osd.mil/default.asp, http://farsite.hill.af.mil. Contractor shall complete the Certifications and Representations under FAR 52.212-3 via ORCA at the following address: orca.bpn.gov. Quotations are due no later than May 8, 2008 at 1:00 pm Pacific Time and all Quotations shall be submitted via NECO. Contractors are reminded that NECO accepts only one document file which is limited to 10MB.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=14b39aea0b014642b2a4c4c0ae6a81b3&tab=core&_cview=1)
- Record
- SN01567042-W 20080508/080506215252-021e3795b3ea1064eb9b8c8a00e97b28 (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 |