Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

59 -- Headsets that will interface with the LMC and ACH ballistic helmets, Viv-1 and 2 intercom

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0337
 
Response Due
8/20/2010
 
Archive Date
9/4/2010
 
Point of Contact
HAROLD KOSTEM 910-451-1769 Lisa Williams, 910-451-1535
 
Small Business Set-Aside
Total Small Business
 
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 solicitation. A written solicitation will not be issued. Solicitation number M67001-10-Q-0337 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This solicitation is being issued on an unrestricted basis to allow for full and open competition. This combined synopsis/request for quote is 100% set aside for small business; size standard is 750 employees under the North American Industrial Classification System (NAICS) code of 334310. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. II Marine Expeditionary Force (II MEF), 2nd Light Armored Recon Battalion, Camp Lejeune, NC has a requirement for Headsets. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. CLIN 0001: HEADSETS, QTY 325, EA. CLIN 0002 LOWER CABLE, QTY. 325 EA. See Attachment 01 for the salient characteristics. The Contractor shall provide all supplies F.O.B. destination. Location of the Government site is aboard Camp Lejeune, North Carolina and will be identified in the contract. The Government desires supplies to be delivered 90 days after contract award. The Government anticipates award of a Firm Fixed Price contract. See Attachment 1 for the clauses which are applicable to this procurement. Vendors shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record with their quote. Vendors shall also provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.acquisition.gov/far/ and DFARS website: http://farsite.hill.af.mil/VFDFARA.HTM. Vendors 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. Vendors 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 910-451-1769. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. FAR 52.212-1 Instructions to Offers-Commercial Items; Award will be made on the basis of the lowest price technically acceptable (LPTA) of proposals meeting or exceeding the acceptability standards for non-cost factors with a history of acceptable past performance; Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Capability: Descriptive Literature of the products ability to meet or exceed the minimum specifications as set forth in Attachment 01. (2) Past Performance: (not more than 3 years old) similar in scope and size. Include POC, contract number, delivery/period of performance, and contract amount. (3) Price: All pricing quoted shall be FOB Destination. Award will be made on the basis of the lowest price technically acceptable (LPTA) of proposals meeting or exceeding the acceptability standards for non-cost factors with a history of acceptable past performance. 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. Direct all questions regarding this solicitation to Harold Kostem at (910) 451-1769. The closing date and time for this solicitation is 20 August 2010 at 1600 (4:00 PM EST). Vendors are responsible for ensuring that their submitted quote has been received and are legible. Submit quote to Harold.Kostem@usmc.mil or fax to (910) 451-2193. Submissions after the date above will be considered late and will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0337/listing.html)
 
Place of Performance
Address: MCB Camp Lejeune, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02242274-W 20100818/100816235410-738833fe64a1d4ca8f9f3aa27a38289e (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.