Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOLICITATION NOTICE

77 -- Replacement Band Instruments and Equipment - Package #1 - Package #2

Notice Date
3/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339992 — Musical Instrument 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
M00681-15-T-0045
 
Archive Date
4/14/2015
 
Point of Contact
Philip E. Pickens, Phone: 7607254346
 
E-Mail Address
philip.pickens@usmc.mil
(philip.pickens@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1449 Solictation Document RFQ cover sheet is required in order to complete evaluation of offers P R OJE C T: BAND INSTRUMENTS RFQ CLOSE DATE: 3:00 P.M. PST ON 30 march 2015 REQ U I R ED D ELIVE R Y D A TE: 30 D ays ARO THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepa r ed in accordance with the format in FAR Subpart 12.6, as supplemented with additional i n formation included in this notice. This a n nouncement c onstitutes the only publication. Solicitation number M00681-15-T-0045 is issued as a request for quotation (RFQ). The solicitation documented and incorpor a t ed provisions and clauses are those in effect through Federal Acquisition Circular 05-78 and DFARS P ublication Number (DPN) 20150129. This procurement is 100% set a side for small business under North American Industry Class i fication System (NAICS) Code 339992. Small businesses u nder this NAICS Code are those e m ploying no more than 500 employees. Attachments: - RFQ Cover Sheet -1449 Soliciation M00681-15-T-0045 This procurement is for the instruments and required equipment listed in the schedule of the attached 1449 Solicitation the salient characteristics are listed for each item within it's description. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •1. Technical Acceptability: Must meet or exceed salient characteristics listed within the item description •2. Delivery Terms: 30 Days after receipt of order •3. Warranty Terms 1 year warranty The Government intends on issuing a purchase order/delivery order to the offerer(s) that represents the Lowest Price Technically Acceptable (LPTA). All proposals will first be evaluated for price. The lowest priced proposal will be evaluated for technical acceptability. If the lowest priced proposal is technically acceptable, no further technical evaluation will occur. If the lowest priced proposal is not technically acceptable, the second lowest priced proposal will be evaluated for technical acceptability. This process will continue until the lowest priced technically acceptable proposal is found. The following factors shall be used to evaluate proposals: adherence to the salient characteristics, delivery terms, and warranty. In accordance with FAR 52.211-6, this RFQ is for brand name or equal products. If quoting equal items, quoters s hall include the specifications and de s cription of the quo t ed items and how they adhere to salient characteristics. The information shall be presented in a manner that clearly demonstrates how equal ite m s meet the listed salient c haracteristics. All responsible sources may submit a response that, if t i mely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quot e r s bear the burden o f ensuring that quotes (and any au t horized amendments) reach the de s ignated email on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the quote must reach the o f fice before the d eadli n e specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted q uotations and should confirm receipt. Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water - efficient, bio-based, envi r onmentally preferable, non- o zone depleting, are made with recovered materials, or use renewable energy technologies. If products/services a r e not sustainable, but your company engag e s in susta i nable practices, please describe them on the attached RFQ Cover Sheet. All Federal Acquisition Regulation (FAR) and Defense Federal Acquisit i on Regulation Supplement (DFARS) p r ovisions and clauses that apply to this acquis i tion are listed below. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far http://farsite.hill.af.mil/vffara.htm (End of clause) CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (NOV 2014) Alternate I 52.212-4 Contract Terms and Conditions-- Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 52.204-7 System for Award Management 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (NOV 2014) Alternate I 52.212-4 Contract Terms and Conditions-- Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea Please submit your quotes to philip.pickens@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-15-T-0045/listing.html)
 
Place of Performance
Address: M01079 3RD MAW, KARYNA BRAVO, 3RD MAW, BLDG. 7133 BAY DOOR 1, MCAS MIRAMAR, SAN DIEGO CA 92145, San Diego, California, 92145, United States
Zip Code: 92145
 
Record
SN03674339-W 20150322/150320234556-9048b96e56a794febaf6d6166ae1498b (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.