Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

59 -- data center material: cables, connectors, brackets, mounting hardware, couplers, panels, unicams, splice kit, junction kit.

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700109Q0384
 
Response Due
9/22/2009
 
Archive Date
10/22/2009
 
Point of Contact
Kathy Wilcox 910-451-3019 Coleman Scott 910-451-3017
 
E-Mail Address
kathy.wilcox@usmc.mil
(kathy.wilcox@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Request For Quote - M67001-09-Q-0384 This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The Request for Quotation number is M67001-09-Q-0384. This following supplies, which are specified at Attachment #1, are being procured to support the Base Telephone Office: cat 6 cable, cable organizers, rack equipment trays, distribution centers, connector panels, unicams, alcohol wipes, fiber-clean towelettes, splice kits, mounting hardware, nuts and bolts, and heat shrink. This material is to be used to support network operations for the new MCIEast data center. This is a Brand Name or Equal RFQ. A firm-fixed price contract will be awarded for this requirement. A detailed description of the Government's Technical Requirement (line items and quantities) is located at Attachment 1 which is to be used as a pricing sheet. Vendor is required to include the manufacturer's name and part number, if different than what is stated in the RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36, effective 11 August 2009, and DCN 20090729. This acquisition is unrestricted. The applicable NAICS code is 334210. The FSC code is 5805. Quoters must be registered in the Central Contractor Registration (CCR) database. Lack of registration will cause a quoter to be ineligible for award. Information on registering in CCR may be obtained by calling (888) 227-2423 or via the internet at http://www.ccr.gov. The provision at 52.232-1, Instructions to Offerors - Commercial Items applies to the acquisition. The quote the contractor provides shall comply with all Federal State and Local regulations Evaluation: Responses to this RFQ will be evaluated and awarded based on best value to the Government. Evaluation criteria are technical capability, price, delivery, past performance, and warranty. Delivery: The Government desires delivery to Marine Corps Base, Camp Lejeune, NC, no later than forty-five (45) days after receipt of award. If delivery cannot be met, the Contractor shall state an alternate delivery date. The Government desires items to be shipped F.O.B. destination. Past Performance: Offerors shall provide at least three (3) relevant past performance references with their quote. Reference information shall include agency name, contract number, dollar amount, point of contact (include phone number), for which your firm has provided the same or similar items. Offerors are to include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov only paragraph (k) of this provision shall be completed. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items applies to this acquisition; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Applicable clauses cited in 52.212-5 are: 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on SubContracting, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights C! oncerning Payment of Union Dues or Fees and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Additional FAR clauses applicable to this acquisition are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.232-17 Interest, and 52.242-13 Bankruptcy. The following DFARS clauses are applicable to this acquisition: 252.212-7000, Offeror Representations and Certifications--Commercial Items. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additional clauses cited in 252.212-7001 applicable to the acquisition are 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment and 252.247-7023 Transportation of Supplies by Sea. Additional DFARS clauses applicable to this acquisition are 252.204-7003 Control of Government Personnel Work Product, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.225-7000 Buy American Act - Balance of Payments Program Certificate and 252.243-7001 Pricing of Contract Modifications and 252.211-7003 - Item Identification And Valuation (Jun 2005). Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com/. The point of contact for this requirement is Kathy Wilcox. Quotes are due by 3:00 p.m. EST on 22 September 2009. Contact Mrs. Kathy Wilcox by telephone at 910-451-3019 or e-mail kathy.wilcox@usmc.mil, for any additional inquiries. The telephone number of receiving facsimile equipment is 910-451-2332. The Government reserves the right to make award solely on initial quotations received. Quoters bear the burden of ensuring that quotes and any associated correspondence (product literature) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0384/listing.html)
 
Place of Performance
Address: Bldg 1114 Ash Street, Camp Lejeune, NC
Zip Code: 28547
 
Record
SN01959595-W 20090919/090918000835-75ff6d41c3237195789bb7a42bb6386d (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.