Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2011 FBO #3563
SOLICITATION NOTICE

N -- Security Camera Removal and Installation for CMSC, MCB, Camp Pendleton.

Notice Date
8/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068111T0000
 
Response Due
9/1/2011
 
Archive Date
9/16/2011
 
Point of Contact
Amanda Lane 760-725-8132
 
Small Business Set-Aside
Total Small Business
 
Description
his 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 no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and the Defense Federal Acquisition Supplement, current to DCN 20070531. The North American Classification System Code (NAICS) is 238210 and the small business size standard is $14.0. This acquisition is fixed-price and is set-aside 100% for small businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: The removal of all existing Closed Circuit Television system (CCTV)/cameras from 5 fueling stations and the re-installation of the cameras into 2 Government buildings. The project will be completed in 3 phases with an estimated Period of Performance from 9/8-9/30/11. Please see attached Performance Work Statement for further information. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforms to the solicitation and will be most advantageous to the Government. The award resulting from this solicitation will be made to the Lowest Priced, Technically Acceptable (LPTA) quoter. Late responses will not be considered. 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. 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, Equal Opportunity for Veterans. 52.222-36, Affirmative Action for Workers with Disabilities. 52.222-41 Service Contract Act of 1965. 52.223-18 Contractor Policy to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52-228-5 Insurance-Work on a Government Installation. 52.252-2 Clauses Incorporated By Reference. 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). 252.225-7001 Buy American Act and Balance of Payments Program. Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications Commercial Items with their quote. 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. For information on registering with the CCR, visit www.ccr.gov. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: Amanda Lane, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to amanda.lane@usmc.mil, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0000/listing.html)
 
Record
SN02550671-W 20110827/110826001017-e77fd76e28d3404033ee628f573f8203 (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.