SOLICITATION NOTICE
J -- J092 Repair and Reseal Rubber Shooters Mats
- Notice Date
- 8/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326192
— Resilient Floor Covering Manufacturing
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068111T0172
- Response Due
- 8/15/2011
- Archive Date
- 8/30/2011
- Point of Contact
- Torey J Fezer (760)725-8455 GySgt Tara Miller (760)725-3418
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued.This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-11-T-02 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20110725. The North American Classification System Code is 326192 and the small business size standard is 750 employees. This acquisition is a 100% small business set-aside. Any quotations received from concerns other than small businesses will be not be considered for award. Weapons and Field Training Battalion, Camp Pendleton, California, has a requirement for maintenance and repair 750 poured rubber shooters mats and 8 semi-circle poured rubber shooters mats. The contractor will be responsible for cleaning the mats, sealing with aliphatic sealer and repairing damages. See the attached Statement of Work (SOW) for details. The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors “Commercial Items; Evaluation factors will be based on technical capability, price, past performance and warranty; 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 Representations; 52.222-3, Convict Labor; 52.222-19, Child Labor “Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.222-41, Service Contract Act of 1965; and 52.222-42, Statement of Equivalent Rates for Federal Hires); 52.219-1, Small Business Program Representations; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The following DFAR Clauses also 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 Acquisitions of Commercial Items, (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 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: Camp Pendleton Regional Contracting Office, Attn: Torey J. Fezer, P.O. Box 1609, Oceanside, CA 92055-1609; emailed to: torey.fezer@usmc.mil; faxed to: 760-725-4346; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 15 August 2011, at 12:00 p.m. Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0172/listing.html)
- Place of Performance
- Address: WFTBN EDSON RANGE
- Zip Code: BLDG 310617, CAMP PENDLETON, CA
- Zip Code: BLDG 310617, CAMP PENDLETON, CA
- Record
- SN02529297-W 20110812/110810235907-8f79ddcde7e8a0bea2557245117d38ee (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 |