Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2013 FBO #4320
SOLICITATION NOTICE

95 -- STEEL TARGETS - SPECIFICATIONS

Notice Date
9/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M00681-13-T-0094
 
Archive Date
10/10/2013
 
Point of Contact
Ann H. Session, Phone: 7607258415
 
E-Mail Address
ann.h.session@usmc.mil
(ann.h.session@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STEEL TARGET SPECIFICATIONS 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 M00681-13-T-0094 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 2005-69 and the Defense Federal Acquisition Supplement, current to DPN 20130808. The North American Classification System Code is 332999 and the small business size standard is 750 employees. This acquisition is set-aside 100% for small businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: CLIN 0001- STEEL TARGET FACES, QTY: 200. CLIN 0002- STEEL TARGET STANDS, QTY: 200. The items being requested shall meet the following specifications: See Attachment. Delivery shall be made within 30 Days after receipt of order. The place of delivery and acceptance is: School of Infantry BLDG 52592, Camp Pendleton, CA 92055. 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 factors shall be used to evaluate quotes: 1. Price 2. Delivery. The following FAR Clauses/Provisions apply: 52.204-7, System for Award Management. 52.212-1, Instructions to Offerors-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. 52.219-1, Notice of Set Aside of Orders. 52.219-28, Post Award Small Business Program Representations. 52.222-3, Convict Labor. 52.222-19, Child Labor. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving. 52.222-35, Equal Opportunity for Veterans. 52.222-36, Affirmative Action for Workers with Disabilities. 52.225-13, Restriction on Certain Foreign Purchases ). 52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil.farsite.html. The following DFAR Clauses apply: 252.204-7004 Alt A, System Award for Management. 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 and Receiving Reports. 252.223-7008, Prohibition of Hexavalent Chromium. 252.232-7006, Wide Area Workflow Payment Instructions. 252.232-7010 Levies on Contract Payments. 252.243-7001, Pricing Contract Modifications. 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 System for Award Management to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit https://www.sam.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 email to ann.h.session@usmc.mil, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written or emailed quotes and the above required information must be received at this office on or before 25 September 2013, at 4:00 p.m. Pacific Standard Time. Evaluation and award: The government will award the contract to the responsible quoter whose quote is the most advantageous to the government (trade off) considering price, technical and past performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-13-T-0094/listing.html)
 
Place of Performance
Address: School of Infantry, BLDG 52592, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN03196548-W 20130922/130920235021-91c78d03f17ef4719ed21f2ed5412abc (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.