SOLICITATION NOTICE
71 -- UPRIGHT FRAMES (RACKING) TO BE COMPATIBLE WITH EXISTING STORAGE RACK SYSTEM
- Notice Date
- 3/17/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- M00681 P O BOX 1609 Oceanside, CA, 92051-1609
- ZIP Code
- 92051-1609
- Solicitation Number
- M0068104T0199
- Response Due
- 4/25/2004
- Archive Date
- 5/25/2004
- Point of Contact
- GLORIA MUCHEMORE GLORIA MUCHEMORE GLORIA MUCHEMORE (760) 725-4205
- E-Mail Address
-
Email your questions to click here to contact the contract specialist
(muchemoregl@pendleton.usmc.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A WRITTEN SOLICIATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. The Request for Quote number is M00681-04-T-0199. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 and DCN 2002/07/30. Please see below for specifications. The North American Industry Classification Code (NAICS) is 331221 and the business size is 1000 employees. This is a 100% Small Business Set-Aside. The Defense Priorities and Allocation System (DPAS) rating for this is DO-C9E. The anticipated contract will be Firm Fixed Price. The Regional Contracting Of fice Southwest, Camp Pendleton has a requirement for the following items manufactured by Lodi Metal Tech Inc., 213 S. Kelly Street, Lodi, CA. 95241-0967. CLIN 0001 (40 Each) Upright frames, Model LM20-120-42, 42?W x 120?H, legs 3?x 3? with tear drop slots 2? on center, 16,000 lb load capacity minimum, standard size foot plates, 3?x 4-1/2?x 1/8? base plate weighing 73 lbs each. Color: vista green (baked on enamel paint); CLIN 0002 (148 Each) Upright frames Model LM20-144-42, 42?W x 144?H, legs to be 3?x 3? with tear drop slots 2? on center, 20,000 lb load capacity minimum, standard style foot plate, 3?x 41 ? ? base plate weighing 85 lbs each. Color: vista green (baked on enamel paint); CLIN 0003 (64 Each) Load beams, Model LBF354-54, 108?Lx 3 ? ?x 54? step style load beams, with a capacity of 8,641 lbs. Per pair, weighing 18 lbs. each. Color: vista green (baked on enamel pai nt); CLIN 0004 (460 Each) Load Beams, Model LBF354-108, 3 ?? x 108? step style load beams, with a capacity of 4,050 lbs per pair. Weighing 32 lbs. Each. Color: Vista green (baked on enamel paint); CLIN 0005 (1,414 each) Wire mesh decks, 42?d x 52?w x 2?x 4?, 4 gauge wire mesh, with 3 each 14 gauge box beam style support channels, 2? flange minimum. Waterfall lip front and rear with a uniform capacity of 2,500 lbs., weighing 26.75lbs each. Color: silver (Galvanized wire finish). One-year standard warranty. Prices should be FOB destination with delivery within 30 days ARO. This requirement is for BRAND NAME NO SUBSTITUTION. The award will be made to the lowest priced technically acceptable quoter. The following clauses/Provisions apply: FAR 52.212-4 Contracting Terms and Conditions ? Commercial Items (OCT 2003), FAR 52.212-5 Terms and Conditions Required to Implement S tatues or Executive orders ? Commercial Items (JAN 2004), FAR 52.212-3 Offorer Representations and Certifications ?Commercial Items (JAN 2004) (Copies of 52.212-3 are available upon request from Contracting Office or the Internet at (www.arnet.gov/far), DFAR 252.225-7036 (APR 2003) North American Free Trade Agreement Implementation ACT, DFAR 252-204-7004 (NOV 2003) Required Central Contractor Registration. The offeror 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 be considered for award (NO EXCEPTIONS). Register at http://www.ccfmr.gov/index.cfm. Vendors are required to register for Wide Area Work Flow (WAWF). The website is: https://rmd.ogden.disa.mil. Any contract award as a result of this solicitation will be a DO rated certified for national defense used under the Defense Priorities and Allocations System. Quotes must be received no later than 4:00 P.M. Pacific Standard Time, 25 March 2004. Quotes sent via the U.S. Postal Service should be mailed to Regional Contracting Office Southwest, PO Box 1609, Oceanside, CA 92051,1609. Quotes sent via Federal Express or hand carried must be delivered to Regional Contracting Office Southwest, Bldg. 22180, MCB, Camp Pendleton, CA 92055 during weekdays, excluding federal holidays, between the hours of 7:30 A.M. and 4:00 P.M. Quotes may be submitted via facsimile to Attn: Gloria Muchemore at (760) 725-8445 or via email at muchemoregl@pendleton.usmc.mil. The facsimile transmission must clearly identify this notice and the name of the contracting officer on the first page. Submitters bear the burden of ensuring that the quotes reache d the designated contracting office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the transmission that arrive in the office after the deadline will no be considered. The submitter bears the risk of non-receipt of facsimile transmission and should confirm by telephone that any facsimile was received. This purchase will be made under Simplified Acquisition Procedures. The anticipated award date is 26 March 2004. Point of contact for this purchase is Gloria Muchemore (760) 725-4205/3233
- Record
- SN00548256-W 20040319/040317223613 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |