Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2008 FBO #2384
DOCUMENT

49 -- SLURRY BLAST MACHINES - Item 0001 description - Site Visit Information - Item 0002 purchase description

Notice Date
6/4/2008
 
Notice Type
Item 0002 purchase description
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, North Carolina, 28533-0018
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-08-T-N109
 
Response Due
6/27/2008 3:00:00 PM
 
Archive Date
7/12/2008
 
Point of Contact
Debora A Berget, Phone: 252-466-7766
 
E-Mail Address
debora.berget@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Marine Corps Air Station, Cherry Point, NC has a requirement for 2 each slurry blast machines. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-08-T-N109 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and Defense Acquisition Circular 98-99. This acquisition is 100 percent set-aside for small business. The North American Industry Classification System code is 333298, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract, brand name or equal, for the following item: Item 0001, 1 each slurry blast machine (to include installation only) Item 0002, 1 each slurry blast machine ( to include removal of old system and installation of new system) Note: Both items are identical (except for the installation and removal portion) but must be kept separate do to different funding. A site visit is encouraged. See separate attachments for Brand Name Or Equal Purchase Descriptions for items 0001 and 0002 and site visit information. The delivery requirements are FOB destination. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (SEPT 2006). FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999). FAR 52.211-14 Notice of Priority Rating For National Defense Use (SEPT 1990). FAR 52.237-1 Site Visit (APR 1984) Evaluation Factors: Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. FAR 52.212-3, Offer Representation and Certifications-Commercial Items (SEP 2007), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007). FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement (SEPT 1990). 252.211-7003 Item Identification And Valuation (JUN 2005) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2007), to include the following clauses listed at paragraph 52.212-5 (b): (5) (15) (16) (17) (18) (19) (20) (21) (22) (31) and (36). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008), applies with the following clauses applicable for paragraph (b); (12) Alt I (17) (20)(i). This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:oo p.m., local time, 27 June 2008. Point of Contact: Debora Berget, Contract Specialist, Phone 252-466-7766, Fax 252-466-8492, Email debora.berget@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate, Contracting Department Attn: Debora Berget code SUL3G Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a6e5593715cde7ba02fd724a7b73358a&tab=core&_cview=1)
 
Document(s)
Item 0002 purchase description
 
File Name: Item 0001 Slurry Blast System purchase description (Slurry blaster Item 0001 installation only.doc)
Link: https://www.fbo.gov//utils/view?id=5a8159cf99e1768d08cc65f15c6d4356
Bytes: 46.00 Kb
 
File Name: Site Visit Information (08-T-N109 Site Visit Instructions.doc)
Link: https://www.fbo.gov//utils/view?id=363b18116d475ac61ced7525660808b6
Bytes: 32.50 Kb
 
File Name: Item 0002 Slurry Blast System description (Slurry Blaster Item 0002 with remove and installaltion.doc)
Link: https://www.fbo.gov//utils/view?id=b579879e252d2633c7bf40951c068fc0
Bytes: 45.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01587089-W 20080606/080604220811-a6e5593715cde7ba02fd724a7b73358a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.