Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2010 FBO #3163
SOLICITATION NOTICE

73 -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.

Notice Date
7/21/2010
 
Notice Type
Presolicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0107
 
Response Due
8/9/2010
 
Archive Date
8/24/2010
 
Point of Contact
Robert Edwards 9104513096
 
E-Mail Address
Primary POC
(robert.edwards@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M6700110Q0107 is issued as a Request for Quotation (RFQ) on a Brand Name or Equal Basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. Food Services Division, Marine Corps Base (MCB), Camp Lejeune, NC has a requirement for the procurement of Pitco Frialators, or an equivalent product. A recommended site survey will be conducted on 3 August 2010; attendees shall arrive at Bldg. 1116, MCIEast Regional Contracting Office no later than 9:00 AM EDT the day of the visit. Interested parties should contact Robert Edwards (910) 451-3096 or robert.edwards@usmc.mil, no later than 9:00 AM EDT, 28 July 2010. MINIMUM GOVERNMENT SPECIFICATIONS & SALIENT CHARECTERISTICS: This requirement is for Pitco Frialator Model No. SG18D-S Solstice Fryer or equal gas heavy duty floor model. Equal models must: (1) Draw less BTU than the Keating Fryers currently used; (2) be compatible with the new RT1 Oil Management System recently installed; (3) allow continued use of existing stock of filter papers, cleaning chemicals, and fryer baskets; and (4) allow continued use of current maintenance agreement with Sodexo certified technicians. Interested parties are encouraged to attend the site survey in order to better understand the Governments requirements, specifications, and salient characteristics. CLIN 0001: Pitco Frialator Model No. SG18D-S Solstice LP Gas Fryer or Equal LP Gas Fryer. Quantity: 32 Each CLIN 0002: Shipping and Installation. Item Description: The vendor will ship all 32 Gas Fryers to the address designated by the contract. Once all fryers have been received by Base Food Service, the vendor will pick up the fryers from Bldg. 914. The vendor will transport the fryers in stages to Camp Lejeune, Camp Johnson, Courthouse Bay, Stone Bay, New River, and Camp Geiger Mess Halls. At each Mess Hall, the vendor will disconnect the existing fryers, set the new fryers in place with vendor supplied gas hoses; to include all other miscellaneous hoses and parts needed. The vendor will start up each fryer to ensure proper set up and operation. Once start-up test is complete the vendor will transport the old fryers back to Bldg. 914. The Vendor will repeat this task until all new fryers are in place and all old fryers have been transported back to the Base Food Services Warehouse. The vendor is responsible for the removal and disposal of all packing material and debris. F.O.B. Point: Destination Preferred Delivery Date: 60 Days After Receipt of Order. Deliver To: Freight Traffic Branch, BLDG 1119 Ash Street, Marine Corp Base (MCB), Camp Lejeune, NC 28542-5000. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.233-2 Service of Protest (filled in as follows: MCIEAST Contracting Department, Attn: Lisa Williams, PO BOX 8368, Camp Lejeune, NC 28547-8368; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); FAR 52.252-2 Clauses Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate. The following clauses apply under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restricti! ons on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. 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. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current 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. In accordance with FAR 52.212-1, submission of quote shall include the following: (1) Technical: Descriptive literature and/or product information; (2) Past performance: The offeror shall provide three references (not more than 3 years old) that are relevant in scope to this requirement. Include the following information: (a) Contract Number; (b) Dollar Value; (c) Award and Completion Dates; and (d) Agency point of contact information. Offerors with no past performance history will not be evaluated favorably or unfavorably; and (3) Price: All pricing quoted shall be FOB Destination. All submitted pricing must be actual "face-value" pricing having already accounted for any discounts offered and extended to the Government. The Government intends to make a single award to the lowest priced, technically acceptable offeror that possesses a relevant, satisfactory performance record. However, the Government reserves the right to award no contract at all, depending on the quality of the offers submitted. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award; however, we reserve the right to issue multiple awards. Direct all questions regarding this solicitation to Robert Edwards at (910) 451-3096. The closing date and time for this solicitation is 09 Aug 2010 at 12:00 PM (EST). Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to robert.edwards@usmc.mil or fax to (910) 451-2332.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0107/listing.html)
 
Place of Performance
Address: MCIEast Contracting DepartmentMCB Camp Lejeune, Camp Lejeune, NC
Zip Code: 28547
 
Record
SN02212954-W 20100723/100721235226-7fcf670281e35db22dad9b3ee01a9d82 (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.