Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
MODIFICATION

62 -- LED STREET LIGHTS - Amendment 1

Notice Date
1/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368, United States
 
ZIP Code
28547-8368
 
Solicitation Number
M67001-17-Q-0017
 
Point of Contact
Jean E. Wagnac, Phone: 9104513018
 
E-Mail Address
jean.wagnac@usmc.mil
(jean.wagnac@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification Letter Item description CLINN 0001 Modification (a) The Government will award a contract resulting from this solicitation to the responsible quoter 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) RESTRICTIONS. This is a request for a brand name, open market quotes for equipment. The proposed acquisition is reserved 100% for small business. The associated North American Industrial Classification System (NAICS) code for this requirement is 335122 and the size standard is 500 employees. •(2) BASIS OF AWARD. The Government will solicit and award this contract in accordance with FAR Part 13, Simplified Acquisition Procedures. It is the Government's intention to issue a single firm-fixed price contract on an "all or none" basis for all items. The Best Value approach for this acquisition will be lowest price technically acceptable (LPTA). Non-price factors of the quotation are evaluated to determine which quotations are technically acceptable and award is made to the quoter of the technically acceptable quotation with the lowest price. •(3) EVALUATION. Quoters will be evaluated on the following factors: •i. Technical Acceptability. Technical acceptability will be evaluated in accordance with solicitation requirements to meet the brand name CREE salient characteristics of the following determination factors: BRAND NAME MFR: CREE MFR P/N: STR-LWY-3M-HT-12-E-UH-SV-525-R-UTL *Lamp will be mounted on the arm that is attached to the current power poles that are in place. *Lamps are built to order with adapters which allow the lamp head to be adjusted horizontally, vertically and/or straight while on the arm. *Optic: 3M Type III Medium *Lamps are tenon mount type with 2 bolts to fit standard 1-1/4 inch to 2 inch diameter mast arm. *LED Count (x10): 12 *UH (Universal) Input Voltage: 347-480 *Series: E *Drive Current: 525 (525Am) *Options: R-NEMA Photocell Receptacle, UTL-Utility •ii. Delivery and/or Period of Performance. Quoter has clearly demonstrated ability and capability to provide delivery of 8 weeks ARO.; •iii. Price. Quoter's initial quote contains shipping, the best terms from a price and technical standpoint ; and The Government intends to evaluate quotes and award a contract without discussions with vendors. Vendors should not expect requests for clarification or additional information from the Government. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct clarification and/or discussions with vendors if later determined by the Contracting Officer to be necessary and in the best interest to the Government. The Government may reject any or all quotes if such action is in the public interest and may waive informalities and minor irregularities in quotes received. •(4) SUBMISSION REQUIREMENTS. Quotes related to this RFQ shall be received by the Contracting Department by the date and time indicated in block 8 on the front page of the solicitation to be considered for award. The information submitted shall be clear and legible (Note: repetitively copied data loses its clarity and legibility.) Quotes may be submitted via email to Mr. Jean Wagnac at jean.wagnac@usmc.mil. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. Submission of quotation shall include the following: •i. Technical description of the items/services being offered in sufficient detail to evaluate. compliance with the requirement in the solicitation, include product literature or other documents. •ii. Clearly state quoter can meet delivery date of 8 weeks ARO. •iii. Price for all items/services inclusive of shipping and open market pricing. •iv. Quoter is registered and current in System for Award Management if not complete FAR Provision 52.212-3 annotating changes. •v. Clearly state delivery is FOB Destination. •vi. Provide quoter's Cage Code and DUNS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-17-Q-0017/listing.html)
 
Place of Performance
Address: 1116 Birch Street, Camp Lejeune, North Carolina, 28542, United States
Zip Code: 28542
 
Record
SN04368382-W 20170112/170110234741-0695c2ca35f6ab35cdbdb1b9460c461b (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.