Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

87 -- Provide and Planting of Vegetation

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700109Q0342
 
Response Due
9/4/2009
 
Archive Date
10/4/2009
 
Point of Contact
Michael Curley 910-450-9281 michael.t.curley@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION 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 publication. A written solicitation will not be issued. Solicitation number M6700109Q0342 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 561730. The MCI East Contracting Office, Camp Lejeune NC 28547 has a requirement to install the following vegetation on MCAS New River: 90 Wax Myrtles and 88 Needlepoint Hollies. The contractor will provide soil and pine starw mulch. It is also requested that the contractor water the vegetation weekly for the first 30 days after contract completion. Please see the attached statement of work for more detailed information. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.204-7003 Electronic Submission of Payment Reque! sts and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-2 Clauses Incorporated by Reference, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. 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 to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must be registered with CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factor that will be used to determine award is Best Value, considering price, technical capability and delivery. Contact information (Company Name & Address, Phone Number, and POC) must be provided for one source, commercial or government. The closing date for this solicitation is 4 September 2009 at 1200 hr (12:00 pm) EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to mailto: michael.t..curley@usmc.mil or fax to (910) 451-2193.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0342/listing.html)
 
Record
SN01932760-W 20090830/090829011548-7a5fa1e0619815b7a427b97c526b7020 (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.