Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

25 -- Truck Top for the M1165A1 High Mobility Multipurpose Wheeled Vehicle (HMMWV) "pick-up" variant.

Notice Date
2/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068111T0042
 
Response Due
2/11/2011
 
Archive Date
4/11/2011
 
Point of Contact
Sgt. Mark Silang 760-725-3236
 
Small Business Set-Aside
Total Small Business
 
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 M00681-11-T-0042 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 (FAC) 2005-49 and the Defense Federal Acquisition Supplement (DFARS), current to DCN 20110202. The North American Classification System Code is 336211 and the small business size standard is 1,000 employees. This acquisition is set-aside 100% for Small Businesses. Line Item #0001: Truck-top cover for the M1165A1 śpick-up ť style variant of the High Mobility Multi-purpose Wheeled Vehicle (HMMWV). See the attachment for the salient description of the requirement. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors “Commercial Items. 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: 1.Delivery, 2. Technical acceptability, 3. Price. 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. 52.219-28, Post-Award Small Business Program Rerepresentation. 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 Handicapped Workers. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.237-1 Site Visit. A site visit is scheduled on February 9, 2011 at 1:00 pm Pacific Standard Time. Interested contractors are encouraged to attend the site visit. Contractors must RSVP no later February 8, 2011 at 6:00 pm Pacific Standard Time. 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of Payments Program. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests). Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The contractor 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. Contractors are required to be registered in Wide-Area Work Flow. Contractors can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those contractors 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: Mark Silang, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to mark.silang@usmc.mil, faxed to 760-725-4346, 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 February 11, 2011 at 4:00 p.m. Pacific Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0042/listing.html)
 
Record
SN02374525-W 20110209/110207234259-92a1be8ace1a476e809a753eff514a87 (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.