Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
MODIFICATION

56 -- SACON PANELS

Notice Date
5/11/2009
 
Notice Type
Modification
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base CampLejeune, NC
 
ZIP Code
28542
 
Solicitation Number
M6700109Q0105
 
Response Due
5/14/2009
 
Archive Date
5/29/2009
 
Point of Contact
NANCY PETERSON 910-451-5301 LISA T. COYLE910-451-1535
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: THIS IS A COMBINED SYNOPSIS/SOLICATION for commercialitems prepared in accordance with the format in FAR Subpart 12.6, assupplemented with additional information included in this notice. Thisannouncement constitutes the only publication. A written solicitation will notbe issued. Solicitation number M6700109Q0105 is issued as a request forquotation (RFQ). The solicitation document and incorporated provisions andclauses are those in effect through Federal Acquisition Circular 2005-31. Thissolicitation is set aside 100% for small business. The North American IndustrialClassification System (NAICS) code for this requirement is 327390 and the smallbusiness size standard is 100 employees. Line Item #0001: SHOCK ABSORBING CONCRETE (SACON) PANEL, 90 LB/CU-FT, BLOCK 53" X 21" 96",QUANTITY: 20 EACH. ADDITIONAL REQUIREMENTS ARE INCLUDED IN THIS AMENDMENT - APLATE MUST BE MANUFACTURED INTO EACH PANEL IN ORDER TO ALLOW CUSTOMER TO MOVETHE PANELS AS DESIRED. THREE ADDITIONAL DRAWINGS ARE PROVIDED WITH THISAMENDMENT, DETAILING THE PLACMENT AND CONSTRUCTION OF THE PLATES. These panels are required in support of the live-fire shooting ranges on CampLejeune, NC 28542. The following Federal Acquisition Regulation (FAR) andDefense Federal Acquisition Regulation Supplement (DFARS) provisions and clausesare incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Termsand Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small BusinessSet-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition ofSegregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 CombatingTrafficking in Persons, FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration, FAR 52-222-36 Affirmative Action for Workerswith Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR52.233-3 Protest After Award, FAR 52.233-4! Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy AmericanAct, DFARS 252.204-7003 Electronic Submission of Payment Requests and ReceivingReports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7)Alternate A; clauses incorporated in full text: FAR 52.212-3 OfferorRepresentations and Certifications--Commercial Items; FAR 52.212-5 ContractTerms and Conditions Required to Implement Statutes of ExecutiveOrders--Commercial Items; FAR 52.219-1 Small Business Program Representations,FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-2, DFARS 252.212-7001 ContractTerms and Conditions Required to Implement Statutes or Executive OrdersApplicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000Offeror Representations and Certifications-Commercial Items; and DFARS252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDECOMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONAPPLICATION ! (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites:http://www.arnet.gov/far/ and DFARS website:http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required toprovide their Contractor's DUNS Number and Commercial and Government Entity(CAGE) code with their quote. The CAGE code entered must be for that name andaddress provided by the Contractor. Offerors are required to be registered inthe Central Contractor Registration (CCR), and registered or willing toregister, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance,visit their website at: https://wawf.eb.mil or contact 910-451-1242. Forassistance with CCR registration, contact the CCR Regional Assistance Center888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have acurrent CCR record prior to receiving an award for this solicitation or for anyfuture awards. Offerors responding to this announcement shall submit theirquotations in accordance with FAR 52.212! -1. All responsible sources may submit a response which, if received byclosing, must be considered by the agency. The evaluation factors that will beused to determine Best Value to the Government are price, technicalacceptability and delivery. Contact information (Company Name & Address, PhoneNumber, POC) must be provided for one source, commercial or government, that issimilar in scope to this requirement. The closing date for this solicitation is14 MAY 2009, at 1600 (4:00 pm EST). Offerors are responsible for ensuring thattheir submitted quote has been received and is legible. Submit quote tonancy.peterson@usmc.mil or fax to (910) 451-2193. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0105/listing.html)
 
Record
SN01814116-F 20090513/090511233034 (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.