Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

36 -- DUMPSTERS

Notice Date
5/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCOMarine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0141
 
Response Due
6/2/2010
 
Archive Date
7/2/2010
 
Point of Contact
SSgt Figueroa, William 910-451-5301 Lisa Williams910-451-1535lisa.p.williams@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATIONSolicitation # M67001-10-Q-0141This 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. Solicitation number M67001-10-Q-0141 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This solicitation is a 100% small business set-aside. The associated NAICS code is 332439 and the small business size standard is 500 employees. This procurement is being conducted under FAR Subpart 13.5, Test Programs for Certain Commercial Items. The Marine Corps Landfill, aboard Marine Corps Base Camp Lejeune, NC, has a requriement for Qty 310 Dumpsters, of different sizes and purposes. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. Line Item 0001Item: 6 Cubic Yard Drop Bottom DumpsterQty: 10 EachDescription:-Top length: 120 inches-Inside Top: 112 inches-Overall Bottom: 64 inches-Overall Height: 54 inches-Inside Height: 48 inches-Width: 80 inches-Corten A606 doubler plates on bottom-3/16" on bottom and sides-3 ea reinforced structure channel top and bottom-Trunnion pins, 1-1/16 inches round-1 inches drain *Containers shall be primed and painted with brown, enamel paint. Line Item 0002Item: 8 Cubic Yard, Front End Loader, Square Top Dumpster, for TrashQty: 250 EachDescription:-Walls:.127 min HR-10 guage -Sleeve/Gussets (8 per):.175 min HR-7 guage-Bumper pads:.175 min HR-Hinges: 1 inch x 2 inch x inch A36Floor:.127 min with 6 inch lip A606-4 (Corten)-Lids: Double wall SCI-Drain Flange: 1 inch threaded flange-Floor Channel: 3 inch x 6 inch 4.1 A36-Doublers: 6 inch x 6 inch A606-A (Corten) plates making floor inch thick where feet are placed-Side Doors: Plastic side doors-Front top header channel: 3 inch 4.1 A36-Left and right top rail: 3 inch x 2 inch x inch A36-Back hinge rail: 3 inch x 2 inch x inch A36*Containers shall be primed and painted with brown, enamel paint. Line Item 0003Item: 8 Cubic Yard, Front End Loader, Square Top Dumpster, for Plastic RecycleQty: 50 EachDescription: -Walls:.127 min HR-10 guage -Sleeve/Gussets (8 per):.175 min HR-7 guage-Bumper pads:.175 min HR-Hinges: 1 inch x 2 inch x inch A36-Floor:.127 min with 6 inch lip A606-4 (Corten)-Lids: Double wall SCI-Drain Flange: 1 inch threaded flange-Floor Channel: 3 inch x 6 inch 4.1 A36-Doublers: 6 inch x 6 inch A606-A (Corten) plates making floor inch thick where feet are placed-Side Doors: Plastic side doors-Front top header channel: 3 inch 4.1 A36-Left and right top rail: 3 inch x 2 inch x inch A36-Back hinge rail: 3 inch x 2 inch x inch A36*Containers shall be primed and painted with blue, enamel paint. Include Delivery and Warranty Information with Quote. Certificate(s) of Authenticity are required to validate provided equipment meets the Corten quality standard. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Evaluation: Responses to this RFQ will be evaluated and awarded based on Lowest Price Technically Acceptable. Delivery shall be evaluated as part of the offerors technical acceptability. Pricing: All pricing quoted shall be FOB Destination. Delivery: The Government desires delivery to Marine Corps Base, Camp Lejeune, NC, no later than thirty days after receipt of award. If delivery cannot be met, the Contractor shall state an alternate delivery date. 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; 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 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.233-2 Service of Protest (filled in as follows: MCIEAST Contracting Department, Attn: SSgt Figueroa, William, 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. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes to SSgt Figueroa, William, Contracting Department, via email to william.figueroa@usmc.mil or via facsimile (910) 451-2193. SSgt Figueroa, William, at telephone number (910) 451-5301 can be contacted for information regarding the solicitation. Quotes are due by 2 Jun 2010 by 5:00 PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0141/listing.html)
 
Record
SN02160511-W 20100528/100526234749-cc3d140c44bd0c420259de33b1d4dd07 (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.