Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SPECIAL NOTICE

99 -- INTENT TO AWARD SOLE SOURCE

Notice Date
9/5/2012
 
Notice Type
Special Notice
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068112T0130
 
Archive Date
9/7/2012
 
Small Business Set-Aside
N/A
 
Description
SUMMARY: This document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 and the Defense Federal Acquisition Supplement (DFARS), current to DCN 20120829. The NAICS code for this procurement is 335911 and the small business size standard is 1000. This acquisition is intended for award as a sole source to Titan Power, Inc 4640 E Elwood St. Suite # 6, Phoenix, Az 85040. The battery was custom designed by Titan Power. Emmerson Manufacturing is the manufacturer for these items and has various distributors because they do not sell directly to the public. When a distributer of Emmerson Manufacturing submits a custom design for a specific battery and rectifier, Emmerson Manufacturing will only provide that battery and rectifier to that distributor. Titan Power was the vendor that created the custom design of this equipment and therefore Titan Power is the sole provider of these bateries and rectifiers and no other vendor can provide the exact same equipment to ensure proper fit and function of the entire system. Point of Contact: SSgt Julius Herbert Contract Specialist Phone 760-725-8142 Email: julius.herbert@usmc.mil Sent via U.S. Postal Service Regional Contracting Office Attn: SSgt Julius Herbert PO Box 1609 Oceanside, CA 92051-1609 Hand Carried or sent via courier service Regional Contracting Office-Southwest Attn: SSgt Julius Herbert Bldg 22180 Camp Pendleton, CA 92055 Contract Authority: This acquisition is being conducted using simplified acquisition procedures and Other Than Full and Open Competition as authorized by FAR 6.302-1(a)(2)(ii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Responsible offerors may submit a capability statement, or quotation, which shall be considered by the Government; but this notice of intent, is not a request for competitive proposals. A determination by the government not to compete this proposed contract lies solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement. The Government reserves the right to award without discussions. Online Representations & Certifications Applications (ORCA): Offerors shall submit representations and certifications electronically at https://orca.bpn.gov/. Certification is required prior to submission of the offer. The quoter will provide their commercial and Government Entity (CAGE) code, contractor establishment code (DUNS number) and Tax Identification Number (TIN). 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 quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors “Commercial Items. If the items quoted by the vendor are not the same items on this solicitation, please submit details and specifications of the offered items. 52.212-2, Evaluation-Commercial Items. 52.212-3, Offeror Representations and Certifications “Commercial Items. 52.212-4 Contract Terms and Conditions “Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “Commercial Items 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor. 52.222-19, Child Labor “Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004, Alt A, Central Contractor Registration. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.211-7003 Alt. I, Item Identification and Valuation 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.247-7023 Alt III, Transportation of Supplies by Sea Contracting Officer Approval: _________________________________/________________ (Must have before solicitation is released)(Signature) (Date)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0130/listing.html)
 
Record
SN02869134-W 20120907/120906002024-1bef97fba642052b102df1329a031dab (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.