SOLICITATION NOTICE
99 -- Military Working Dog Agility and Obstacle Course
- Notice Date
- 4/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700110Q0110
- Response Due
- 4/11/2010
- Archive Date
- 4/26/2010
- Point of Contact
- jainer.s.aguilar@usmc.mil 910-451-3072 Comm: 910-451-3072DSN: 751-3072Fax: 910-451-2193E-mail: jainer.s.aguilar@usmc.mil
- E-Mail Address
-
Work
(jainer.s.aguilar@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATIONClassification Code: 99 Miscellaneous This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. It is the Government's intention to issue a firm-fixed price contract for the commercial item listed below utilizing FAR Subpart 13.5 procurement procedures. Solicitation number M6700110Q0100 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and DFARS Change Notice 20080303. The solicitation is set aside 100% for small businesses. The Government intends to only award one contract. The purpose of this solicitation to procure the commercial item listed below, in support of Marine Provost Marshall Office (PMO) aboard Marine Corps Base, Camp Lejeune, NC. In accordance with FAR Part 11.104, the Government requires the following brand name or equal product: CLIN 0001 Hurdles, 3 SE (3 EA per set), PN M110. Requirements - The hurdles need to have a top edge of 6 inches, width of 48 inches, and be adjustable to heights of 18", 24" and 30". CLIN 0002 A-Frame, 3 EA, PN M200. Requirements - Length 32", Height 72", Width 48 Inches. 4 evenly spaced plates on each slope. CLIN 0003 Dog Walk, 3 EA, PN M250. Requirements -Height 26", Lenght 216" overall, Width 12" ramp at each end. CLIN 0004 Double Stairway, 3 EA, PN M300. Requirements - Height 94", Width 43". 5 steps on each end step Lenght 24", Top platform Leng 48".CLIN 0005 Window Hurdle Obstacle, 3 EA, M350. Requirements - Opening Height minimum of 36", Opening Width maximum of 48".CLIN 0006 Tunnel, 3 EA, PN M400. Requirements Lenght height minimum 146", Opening minimum 19". CLIN 0007 24" Diameter X 35" Long Barrel, 3 EA, PN M410CLIN 0008 24" Diameter X 70" Long Barrel, 3 EA, PN M420CLIN 0009 24" Diameter X 105" Long Barrel, 3 EA, PN M430 Any equal product must meet the same characteristics as stated in the provided drawings. Clins 0001-0005 need to be made of fiber glass or heavy duty plastics. Tunnels need to be made of Polyethylene. 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 52.211-6 Brand Name or Equal; 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 to include (52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.225-1 Buy American ! Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration); FAR 52.211-17 Delivery of Excess Quantities; FAR 52.243-1 Changes-Fixed Price; FAR 52.247-34 FOB-Destination; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.225-7021 Trade Agreements; 252.232-7003 Electronic Submission of Payment Requests); DFARS 252.211-7003 Item Identification and Valuation; The Offerors are required to provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE! ) code and Federal Tax Identification (FTI) number with their quote. Offerors are required to be registered in the Central Contractor Registration (CCR). For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website http://www.ccr.gov/. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application, called Wide Area Work Flow 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 website for WAWF-RA registration is https://wawf.eb.mil/. The website for WAWF-RA training is http://www.wawftraining.com/. The government prefers quotes that are quoted F.O.B destination. The required delivery date for this requirement is 30 days after receipt of order. The evaluation factors for this RFQ are technical capability of the item offered to meet the Government requirement, Price and delivery. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation provides the best value to the Government. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) website www.neco.navy.mil. Submit quote to SSgt Aguilar via email jainer.s.aguilar@usmc.mil or fax (910) 451-2332. Refer any questions to SSgt Aguilar at (910) 451-6641. The closing date for this solicitation is 11 Apr 2010 by 1145 PM Eastern Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0110/listing.html)
- Place of Performance
- Address: II MHGPSC Box 20085, Camp Lejeune, NC
- Zip Code: 28542
- Zip Code: 28542
- Record
- SN02109687-W 20100403/100401235006-3e8d7fe3869afc1cd6b5461cfffbc52b (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 |