Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2011 FBO #3687
SOLICITATION NOTICE

J -- ON-SITE CALIBRATION OF BIOMEDICAL EQUIPMENT

Notice Date
12/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068112T0011
 
Response Due
1/9/2012
 
Archive Date
1/24/2012
 
Point of Contact
CPT Vo Duc 7607636864 CPT Vo Duc
 
E-Mail Address
<!--
 
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 M00681-12-T-0011 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) 05-54 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20111220. The North American Classification System Code is 811219 and the small business size standard is $19.0 million. This acquisition is set-aside 100% for small businesses. Offers received from concerns that are not small business will be considered nonresponsive and will be rejected. Marine Corps Base, Camp Pendleton, California has a requirement for the service to perform on-site calibration on biomedical equipment to include, but not limited to: temperature thermometer, multimeters, light meters, pressure meters, and gas indicators. See attached Statement of Work. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation; will be most advantageous to the Government. 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. Technical adherence, 2. Price, 3. Delivery terms. 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. 52.222-42, Statement of Equivalent Rates for Federal Hires. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases and 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.214-31, Facsimile Bids. 52.232-1, Payments. 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003, Alt 1, 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. 252.232-7003, 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 the Camp Pendleton Regional Contracting Office, Attn: Duc Vo, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to duc.m.vo@usmc.mil, faxed to 760-725-8445, 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 09 JAN 2012, at 3:00 p.m. Pacific Standard Time. Quoters are advised it is their responsibility to verify their quote was received in full and on time. Any quote not received in full and on time will not be considered for award. Point of Contact: Duc Vo, Contract Specialist, Phone 760-763-6864, Fax 760-725-8445, email duc.m.vo@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0011/listing.html)
 
Place of Performance
Address: Medical Logistics Company
Zip Code: Building# 220110, Camp Pendleton, CA
 
Record
SN02645553-W 20111229/111227233443-22d6f474799082474fb551a35a693e95 (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.