Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOLICITATION NOTICE

45 -- MCLB BARSTOW HAS A REQUIREMENT FOR BACKFLOW PREVENTER TESTING AND CERTIFICATION

Notice Date
6/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
M62204 MARINE CORPS LOGISTICS BASE BARSTOW - RCO Barstow, CA
 
ZIP Code
00000
 
Solicitation Number
M6220412T9009
 
Response Due
7/6/2012
 
Archive Date
7/21/2012
 
Point of Contact
MONICA SIMS 760-577-6313 MONICA SIMS
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial/service item prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M62204-12-T-9009 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20110725. The North American Classification System Code is 221310 and the small business size standard is $7.0 Million. This acquisition is a 100% small business set-aside. INSTALLATION AND LOGISTICS, MCLB Barstow, California, has a requirement for: Item No 0001AA Backflow Preventer Testing, Base Year 0002AA Option Year 2 0003AA Option Year 3 0004AA Option Year 4 0005AA Option Year 5 Backflow Preventer Testing and Certification ( NEBO and YERMO Annexes ), See statement of work for salient characteristics. The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. The evaluation factors for this requirement shall be technical capability, past performance and price. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerorsà ‚¬ œCommercial Items; 52.212-3, Offeror Representations and Certificationsà ‚¬ œCommercial Items; 52.212-4 Contract Terms and Conditionsà ‚¬ œCommercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Ordersà ‚¬ œCommercial Items (incorporating 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Laborà ‚¬ œCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; and 52.225-13, Restriction on Certain Foreign Purchases); 52.215-6, Place of Performance; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Alt I, Item Identification and Valuation, Alt I; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certificationsà ‚¬ œCommercial Items with their quote. The quoter 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 submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to: Marine Corps Logistics Base Barstow, Contracting Office, Attn: Monica Sims, P.O. Box 110194, Bldg 204, Barstow, CA 92311-5050; emailed to: monica.sims@usmc.mil; faxed to: 760-577-6174; or hand delivered to: MCLB Barstow, Contracting Office, Bldg204, Barstow, CA 92311. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 06 July 2012, at 05:00 p.m. Pacific Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62204/M6220412T9009/listing.html)
 
Record
SN02779519-W 20120621/120619235059-0a4442b8738fc7d0969adf7ac7a01e0d (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.