Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

99 -- Front Loading Cardboard Dumpsters

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0321
 
Response Due
8/13/2010
 
Archive Date
8/28/2010
 
Point of Contact
GySgt Will W. Watts (910) 451-7844
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: 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. The Solicitation Number is M67001-10-Q-XXXX and is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, effective 22 Apr 2008 and DFARS Change Notice (DCN) 20080423. The solicitation is 100% set-aside for all qualified small businesses. 1. The associated North American Industrial Classification System (NAICS) code for this requirement is 332439. To meet the small business size standard a concerns annual receipts must not average more than 500 employees for their latest three completed fiscal years. The Government intends to award a firm-fixed price, single award contract for the items identified in this solicitation. All specifications reflect industry standards and do not reflect any particular brand name. The stated industry standards (Corten, Dempster, etc) are required and necessary to meet the governments requirement. Line Item 0001: 8 Cubic Yard, Front End Loader, Cardboard Recycle DumpsterMaterial Specifications:Walls.127 min HR-10 gaugeSleeve/Gussets (8 per).175min HR-7 gaugeBumper pads.175min HRHinges1 -inch x 2 -inch x -inch A36Floor.127 min Thick with 6 inch lip, floor and 6"lip A606 (CORTEN)Lids-Single Wall CSI (plastic)Drain Flange-1 -inch threaded FlangeFloor Channel- 3-inch x 6-inch 4.1 A36Doublers-6-inch x 6-inch A606(CORTEN)plates making floor " thick feet are placedSide Doors-Metal side doors with locking deviseDoor Channel - " thick top and bottomFront top header channel-3-inch 4.1 A36Left and right top rail-3-inch x 2-inch x -inch A36Cardboard Mail Slot - 5-1/4" x 59-1/4". DEFENITIONS:4.1 = LBS PER FOOT OR INCH THICKA36 = Hot Roll SteelHR = HOT ROLL Containers shall be primed inside and outside and painted outside with green, enamel paint Upon delivery the service provider shall supply a certificate of authenticity for the A606 Corten doubler plates and Floor. Include Delivery and Warranty Information with Quote. Certificate(s) of Authenticity are required to validate provided equipment meets the Corten quality standard. Evaluation: Responses to this RFQ will be evaluated and awarded based on best value to the Government. Evaluation criteria are technical capability, price, delivery, and past performance. Pricing: Prices shall be FOB Destination. Delivery: The Government desires delivery to Marine Corps Base, Camp Lejeune, NC, no later than thirty days after receipt of award. If delivery cannot be met, the Contractor shall state an alternate delivery date. Past Performance: Offerors shall provide at least three (3) relevant past performance references with their quote. Reference information shall include agency name, contract number, dollar amount, point of contact (include phone number), for which your firm has provided the same or similar items. 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 Representations 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 to include, 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. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE. These clauses can be found at http: www.acquisition.gov/far/index.html. The Offeror is 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. DFAR 252.204-7004 (Mar 1998) Offerors are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database, FAR 252.232-7003 (DEC 2004). For WAWF-RA, visit their website at: http://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: www.ccr.dlsc.dla.mil. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com/. The point of contact for this requirement is GySgt Will W. Watts. Questions must be submitted by 2:00 p.m. EDT, August 06, 2010 via email to will.watts@usmc.mil. Offeror(s) responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is August 13, 2010 not later than 0800 (8:00 AM) EST. Offeror is responsible to ensure submitted quote has been received and legible. Submit Quote to will.watts@usmc.mil or fax to (910) 451-2332.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0321/listing.html)
 
Place of Performance
Address: MARINE CORPS BASE PSC BOX 20004, CAMP LEJEUNE, NC
Zip Code: 28542
 
Record
SN02227884-W 20100805/100804000300-20729f6cf20568d26faaf156af76c661 (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.