SOLICITATION NOTICE
K -- Purchase and installation of one (1) recycling attachment and one (1) commercial gripper on two (2) Government owned McNeilus reuse trucks.
- Notice Date
- 7/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441229
— All Other Motor Vehicle Dealers
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068110T0117
- Response Due
- 7/27/2010
- Archive Date
- 8/11/2010
- Point of Contact
- SSgt La, Doan 760-725-8451 SSgt La, Doandoan.la@usmc.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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 M00681-10-T-0117 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and the Defense Federal Acquisition Supplement, current to DCN 20070531. The North American Classification System Code is 441229 and the small business size standard is 7.0 million. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: Item 0001: Purchase and install of recycling attachment on McNeilus reuse truck; Item 0002: Purchase and install of commercial gripper attachment on McNeilus reuse truck. The Government intends to award a contract, non-competitively to McNeilus, per FAR 13.106-1(b), Soliciting from a single source, to maintain the factory warranty on the reuse trucks. Interested persons may identify their interest and capability to respond to the requirement, and should furnish detailed data concerning their capabilities to provide the services sought including pricing data and technical data sufficient enough to determine that a comparable source to the government is available. The Government will be the sole determiner regarding an offeror's ability to meet all requirements.The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 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, Affirmative Action for Special Disabled and Vietnam Era Veterans. 52.222-36, Affirmative Action for Workers with Disabilities. and 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration ). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.232-7003, Electronic Submission of Payment Requests). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: SSgt La, Doan, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to doan.la@usmc.mil, faxed to 760-725-8445, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 27 July 2010, at 12:00 p.m. Pacific Standard Time. Point of Contact Doan La, Contract Specialist, Phone 760-725-8453, Fax 760-725-8445, email doan.la@usmc.mil. Point of Contact Doan La, Contract Specialist, Phone 760-725-8453, Fax 760-725-8445, email doan.la@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068110T0117/listing.html)
- Place of Performance
- Address: Southwest Region Fleet Transportation, Barstow, Ca
- Zip Code: 92311
- Zip Code: 92311
- Record
- SN02215529-W 20100725/100723234755-9b61bb8e4845205dcf465b8494fdd951 (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 |