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

99 -- Smart Containers

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700109Q0389
 
Response Due
9/22/2009
 
Archive Date
10/7/2009
 
Point of Contact
SSgt Clifton Gardner 910-451-3073
 
Small Business Set-Aside
N/A
 
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 solicitation. A written solicitation will not be issued. Solicitation number M67001-09-Q-0389 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This solicitation is being issued on an unrestricted basis to allow for full and open competition. The North American Industrial Classification System (NAICS) code for this requirement is 334513 and the small business size standard is 500 Employees. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. II Marine Expeditionary Force (II MEF), 2nd Marine Regiment, Headquarters Company, Camp Lejeune, NC has a requirement for Advanced Smart Container Systems. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. CLIN 0001: SMART CONTAINER, QTY 5, EA. See Attachement 01 for the salient characteristics. The Contractor shall provide all supplies F.O.B. destination. Location of the Government site is aboard Camp Lejeune, North Carolina and will be identified in the contract. The Government desires supplies to be delivered 90 days after contract award. The Government anticipates award of a Firm Fixed Price contract. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; Award will be made on the basis of the lowest price technically acceptable (LPTA) of proposals meeting or exceeding the acceptability standards for non-cost factors with a history of acceptable past performance; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.233-2 Service of Protest (filled in as follows: MCIEAST Contracting Department, Attn: Lisa Williams, PO BOX 8368, Camp Lejeune,! NC 28547-8368; FAR 52.247-34 F.O.B. Destination; Solicitation Provisions Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); FAR 52.252-2 Clauses Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.243-7002 Requests for Equitable Adjustment; The following clauses! apply under FAR 52.212-5: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. DFARS 252.211-7003 Item Identification and Valuation; The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current 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 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1)Technical Capability: Descriptive Literature of the products ability to meet or exceed the minimum specifications as set fourth in Attachment 01. (2) Past Performance: (not more than 3 years old) similar in scope and size. Include POC, contract number, delivery/period of performance, and contract amount. (3) Price: All pricing quoted shall be FOB Destination. Award will be made on the basis of the lowest price technically acceptable (LPTA) of proposals meeting or exceeding the acceptability standards for non-cost factors with a history of acceptable past performance. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award. Direct all questions regarding this solicitation to SSgt Clifton Gardner at (910) 451-3073. The closing date and time for this solicitation is 22 Sept 2009 at 1700 (5:00 PM EST). Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to clifton.l.gardner@usmc.mil or fax to (910) 451-2331.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0389/listing.html)
 
Record
SN01960201-W 20090919/090918001520-87ffb559efa1c108fedae624c1db37b8 (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.