SOLICITATION NOTICE
F -- COMBINED SYNOPSIS/SOLICITATION FOR SOIL AMENDMENTS-2007
- Notice Date
- 5/3/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M67001 Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700107Q0067
- Response Due
- 5/13/2007
- Archive Date
- 6/12/2007
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700107Q0067 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This solicitation is 100% set-aside for all qualified small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 325314 and the small business size standard is 500 employees. Line Item #0001: BULK FERTILIZER, 13-13-13, APPLIED TO 60 ACRES AT 500 POUNDS PER ACRE DURING SPRING. Quantity: 0002.5, Unit of Issue: Metric Ton. Line Item #0002: BULK FERTILIZER, 5-13-13, APPLIED TO 60 ACRES AT 400 POUNDS PER ACRE, Quantity: 0015, Unit of Issue: Metric Ton. Line Item #0003: BULK FERTILIZER, 13-13-13, APPLIED TO 224 ACRES AT 500 POUNDS PER ACRE, Quantity: 0056, Unit of Issue: Metric Ton. Line Item #0004: SEED BLENDING, GOVERNMENT WILL PROVIDE 2000 POUNDS (40) BAGS OF SEED TO BE UNIFORMILY BLENDED WITH 5 TONS OF FERTILIZER IN LINE ITEM #0003 TO PRODUCE AN ACCURATE SEEDING RATE OF 100 POUNDS PER ACRE SEED. THE BLEND WILL BE APPLIED AS PART OF LINE ITEM #0003 TO APPROXIMATELY 20 ACRES, Quantity: 0040, Unit of Issue: Bag. Deliver To: MARINE CORPS BASE, BLDG 12, ROOM 128, ATTN: MARTIN KORENEK, CAMP LEJEUNE, NC 28542-0004. Additional information: BULK APPLICATION VEHICLES MUST BE FOUR-WHEEL DRIVE. CAPABLE OF TRAVERSING ROUGH ROADS, UNEVEN TERRAIN, AND MOIST APPLICATION AREAS. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representat ions and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.204-7 Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Of ferors are required to provide their Contractors? DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must be registered prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. The contract award will be based on lowest priced technically acceptable response received. The closing date for this solicitation is 13 May 2007 at 1600 hr (4:00 PM ) EST. The anticipated award date will be 16 May 2007. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to jackie.meade@usmc.mil or fax to (910) 451-2193.
- Record
- SN01287221-W 20070505/070503221410 (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 |