Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

R -- CHAPEL MUSICIAN

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813110 — Religious Organizations
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0003
 
Response Due
9/11/2010
 
Archive Date
9/26/2010
 
Point of Contact
TAMALIA C ADAMS 910-451-3072
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for non personal services 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 publication. A written solicitation will not be issued. Solicitation number M6700111Q0003 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This solicitation is 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) code for this requirement is 813110 and the business size standard is $6.5 million. Line Item #0001: Camp Geiger Chapel Musician Period of Performance: 1 Oct 2010 “ 30 Sep 2011 Include your resume with your proposal See attached Statement of Work for duties and responsibilities. Deliver To: Camp Geiger Chapel, Building 67 Camp Geiger, Camp Lejeune, NC 28542-0004. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: 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 52.211-6 Brand Name or Equal; FAR 52.204-7 Central Contractor Registration; 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 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration. Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.204-7 Central Contractor Registration; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.247-34 F.O.B Destination; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses apply under DFARS: DFARS 252.211-7003 Item Identification and Validation; 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 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.acquisition.gov/far or http://www.acq.osd.mil/dpap/dars/index.htm. Offerors are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered 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. Offerors must be registered with CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards, as well as be willing to register in Wide Area Work Flow (WAWF). Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. The Government intends to make award to the offeror who submits the Lowest Priced Technically Acceptable offer. 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 quotes submitted. The evaluation factors that will be used to determine award are Price and Technical acceptability. Pricing: The Government desires Firm-Fixed Price, F.O.B. Destination pricing. Delivery: The Government desire delivery to Marine Corps Base, Camp Lejeune, NC on 1 Oct 2010. Contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government that is similar in scope to this requirement. The closing date for this solicitation is 11 Sep 2010 at 15:00 PM EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to tamalia.adams@usmc.milor fax to (910) 451-2332.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0003/listing.html)
 
Record
SN02268263-W 20100905/100903235715-d1269f24bf598ddbd7566caf5dee064b (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.