SOLICITATION NOTICE
42 -- FIRE EXTINGUISHER RECHARGE
- Notice Date
- 9/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
- ZIP Code
- 28547-8368
- Solicitation Number
- M67001-12-Q-0385
- Archive Date
- 10/5/2012
- Point of Contact
- Conlordis M. Jones, Phone: 9104505461, Deborah L Woleslagle, Phone: 910-450-5405
- E-Mail Address
-
Conlordis.jones@usmc.mil, deborah.woleslagle@usmc.mil
(Conlordis.jones@usmc.mil, deborah.woleslagle@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION 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 publication. A written solicitation will not be issued. Solicitation number M67001-12-Q-0385 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This solicitation is for 100% small business setaside. The Basis of Award is Lowest Price Technically Acceptable to the Government. The North American Industrial Classification System (NAICS) code for this requirement is 339999, and the small business size standard is 500 employees. This solicitation is for all or none. This is a BRAND NAME OR EQUAL Procurement. The manufacturer's name, model number and part number in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Government's requirement. Manufacturer's names, model numbers, and part numbers are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand that fulfills the Government's needs listed below as "salient characteristics". All equal items quotes must include descriptive literature with detailed specifications. Line item #0001: Qty: 178 Provide six year internal exam, maintenance, repair, and recharge of portable Dry Chemical Fire Extinguishers. Description: Provide six year internal exam, maintenance, repair, and recharge of portable Dry Chemical Fire Extinguishers in accordance with the National Fire Protection Association Standard 10, Standard for Portable Fire Extinguishers. Sizes vary from 5lbs to 20lbs. Line item #0002: Qty: 419 Provide 12 year internal exam, maintenance, repair, hydrostatic test, and recharge of portable Dry Chemical F. Description: Provide 12 year internal exam, maintenance, repair, and recharge of portable Dry Chemical Fire Extinguishers in accordance with the National Fire Protection Association Standard 10, Standard for Portable Fire Extinguishers. Sizes vary from 5lbs to 20lbs. Line item #0003: Qty: 105 Provide Recharge of Dry Chemical Fire Extinguishers Description: Provide recharge of various portable dry chemical Fire Extinguishers with Manufacturer's approved Dry Chemicals. In accordance with NFPA 10, Standard for Portable Fire Extinguishers. Sizes vary from 5lbs to 20lbs. ALL ITEMS TO BE INSPECTED OR REFILLED ARE AVAILABLE FOR AN ON SITE INSPECTION TO BE CONDUCTED ON SEPTEMBER 17, 2012 AT 10:00AM EST. AT BLDG 1400 CAMP LEJEUNE, NC. WE WILL MEET AT 9:00AM AT CAMP LEJEUNE FRONT GATE....IF YOU PLAN TO ATTEND PLEASE NOTICFY ME BY EMAIL OR PHONE (910-450-5461) ON SEPTEMBER 14, 2012. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 11.105 Items Peculiar to One Manufacturer. FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. QUOTERS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractor's 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. Quoters are required to be registered in the System for Award Management (SAM), a free web-site which consolidated Federal procurement systems and the Catalog of Federal Domestic Assistance (CCR, Federal Regulations, ORCA and EPLS were migrated into SAM), and registered, or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with SAM registration, contact the SAM Customer Service at 866-606-8220 or visit their website at: http://www.fsd.gov. Quoters must have a current SAM record prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The closing date for this solicitation is 1600 hours(4:00 pm) on 20Sept 2012 (EST ). Quoters are responsible for ensuring that their quote has been received and is legible. Submit quote to conlordis.jones@usmc.mil or fax to (910) 451-2331. Note 1
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-12-Q-0385/listing.html)
- Place of Performance
- Address: Bldg 1400, Camp Lejeune, North Carolina, 28547, United States
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN02877480-W 20120913/120912001307-bd25055cada1ed730a61ebafe8655d9c (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 |