SOLICITATION NOTICE
78 -- Childrens Toys, Games, Books, CD's
- Notice Date
- 8/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339932
— Game, Toy, and Children's Vehicle Manufacturing
- Contracting Office
- M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700111Q0241
- Response Due
- 9/2/2011
- Archive Date
- 9/30/2011
- Point of Contact
- Jean Wagnac 910-451-7852 Mary Williams 910-451-9615
- E-Mail Address
-
jean.wagnac@usmc.mil
(jean.wagnac@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items 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. Solicitation number M6700111Q0241 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-53 05 July 2011. This procurement is UNRESTRICTED. The associated North American Industrial Classification System (NAICS) codes for this requirement are 339932 and 423490, and the small business size standards are 500 and 100, respectively. This requirement is being procured utilizing FAR Part 13 procedures. This procurement is for the purchase of supplies (toys, games, books, CD ™s, etc.) Attachment 1 detailed list for the Child Development Center PP200 located at Camp Lejeune, NC. This is BRAND NAME OR EQUAL procurement. The manufacturer's name, model number and part number in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Government's requirement. Manufacturer's names, model numbers, and part numbers are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand that fulfills the Government's need. Quotes for equal items shall include a complete description of quoted item, with any applicable warranty information, product literature and pictures. Contractor shall provide offered part number and manufacturer name in the quote. Contractor must quote ALL or NOTHING, as there will be a single award for all items. Evaluation and Basis for Award: Award will be made to the lowest-priced technically acceptable quote. The Government intends to make a single firm-fixed price award to satisfy the requirement. Technical acceptability will be determined by meeting the CLIN specifications and delivery requirement. Pricing Quote Submission: 1. The Government will conduct the price evaluation required by FAR 13. a. The Contractor ™s submitted price quote must reflect the unit prices and extended/overall amounts. b. All submitted pricing must be actual śface-value ť pricing, having already accounted for any discounts offered and extended to the Government. All quotes submitted shall be Contractor ™s best pricing. Delivery: 1. The Government requires delivery within 45 days After Receipt of Order (ARO). The Government prefers items to be shipped F.O.B. Destination. Items will be shipped to: Child Development Center Brewster Street, Bldg PP200 Camp Lejeune, NC 28542 Wide Area Work Flow: 1. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application titled Wide Area Work Flow “ Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. WAWF-RA allows for complete visibility throughout the acceptance and payment process. The website for registration is https://wawf.eb.mil. WAWF-RA training can be accessed at http://www.wawftraining.com. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions incorporated by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/index.htm Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation “ 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 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR.52.222-19 Child Labor 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 52-223-6 Drug-Free Workplace FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52-243-1 Changes “ Fixed-Price FAR 52.244-6 Subcontracts for Commercial Items DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.211-7003 Item Identification and Valuation 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 252.225-7001 Buy American Act DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.243-7001 Pricing of Contract Modifications The provisions and clauses can be found at FAR websites: http://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their DUNS Number, Tax ID 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 registered, or willing to register, in Wide Area Work Flow databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Numbered Note 1 applies. Instructions for the Preparation of Quotes: 1.The closing date and time for this solicitation is 2 Sept, 2011, 3:00 PM EST. Submit quote to jean.wagnac@usmc.mil or fax to (910) 451-2332. 2.Offerors must state the following information on their quote: unit price, extended price, shipping cost and info (if applicable), total price, delivery date and delivery terms. Complete the following: Delivery Time: _____________________________ CAGE Code: ______________________________ Tax ID#: __________________________________ Invoice Terms: ____________________________ SEE ATTACHMENT FOR ITEM LIST SEE STATEMENT OF WORK CLIN #0001: Items as listed per the Attachment. Each item must be individually priced in the attached item list, but the total amount for all items will be listed here. QTY: 1 GROUP UNIT PRICE FOR EACH ITEM (U/P): __________ TOTAL PRICE FOR EACH ITEM (T/P): __________ GROUP TOTAL PRICE: ¬ ¬________________ CLIN #0002: SHIPPING, via _____________, from _______________________ (If applicable) (Mode) (City, state) QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ________________ CLIN #0003: INSTALLATION/SET-UP, as per instructions in the Statement of Work. QTY: 1 EACH UNIT PRICE: ___________ EXT PRICE: ________________ QUOTE TOTAL: $____________________ STATEMENT OF WORK FOR PR MMP200-11-SS-00049 DELIVERY/INSTALLATION OF CHILD DEVELOPMENT CENTER BUILDING P1188 PP200 Subj: SCOPE OF WORK (SOW) DELIVERY/INSTALLATION OF CHILD DEVELOPMENT CENTER LOCATED ON BREWSTER STREET, CAMP LEJEUNE, NC 28542 The Scope of Work follows for an UNOCCUPIED BUILDING: Operating Hours: Normal operating hours are 7:30 am “ 4:00 pm, Monday through Friday and closed on weekends and federal holidays. A Pre-Installation meeting will be scheduled no later than 3 working days after Award of the Contract to discuss sequence of delivery/installation (e. g., shelving, cubbies, tables and chairs set-up prior to installation of books, toys, etc). All issues and scheduling concerns for the building/site will be addressed at this meeting. Delivery: Coordinate with Base Property (request delivery notification minimum of one week). The Contractor should provide a Manager to be on site throughout the entire project. The Project Manager should have authority to coordinate all services and issues through the Contracting and Base Property Offices. All work will be conducted during the above stated hours of operation. POC at Base Property for all issues is Ms. Scarlet Monroe at 910-451-5762 or scarlet.monroe@usmc.mil. Installation: Coordinate/schedule with a Base Property Representative. Building is one floor (ground load) to: (7) Infant Rooms (7) Pre-Toddler Rooms (one less than Building PP100) (5) Toddler Rooms (2) Pre-School, 3-yr Rooms (2) Pres-School, 4-yr Rooms (10)Office/training/storage Rooms Installers will unload, deliver to rooms, unpack, and stage child items and/or office furniture as specified in floor diagrams provided during the Pre-Installation meeting. Items must meet or exceed the requirements in the current Unified Facilities Criteria 4-470-14 for Child Development Centers (Sec 2-20.1.) and will be unpacked and installed following the manufacturer and UFC guidelines. If any items are found inoperable, they must be replaced. Notify a Base Property Representative immediately if any issues and/or damages are found within the building during the installation process. Facility Damages: The contractor will be responsible for all damages to buildings and all grounds when installing the items/furnishings. Damages will be repaired by contractor before final inspection/invoicing. Removal: Contractor is responsible for removal of all packing materials, debris, and trash associated with delivery and installation of said items. Items need to be installed and set up as functional ”all plastics, tape, card board packaging, zip ties, and Styrofoam to be removed from the furniture. Once a week (maximum), some debris may be taken to the Materials Recycling Facility (MRF)/Landfill located on Piney Green Road (materials must be sorted as cardboard, plastic, and wood). Driver must have a copy of the contract and placard provided by Base Property to enter the site. Parking/Containers: Contractor is responsible for ensuring all storage containers maintained on the job site are locked. Parking of equipment and vehicles will be in designated areas or in authorized parking lots (normally not on the grass or lawn). Government assumes no responsibility for vehicles or containers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0241/listing.html)
- Place of Performance
- Address: P1188 Child Developement Center PP200, Camp Lejeune, NC
- Zip Code: 28542
- Zip Code: 28542
- Record
- SN02533222-W 20110814/110813000618-c62fc8fee0576c881fdc1fe2a06a4b49 (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 |