Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2013 FBO #4100
SOLICITATION NOTICE

77 -- Band Equipment

Notice Date
2/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339992 — Musical Instrument 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
M67001-13-Q-0075
 
Archive Date
3/6/2013
 
Point of Contact
Thomas Kunish, Phone: 9104517844, Curtis Tucker, Phone: 910-451-1467
 
E-Mail Address
Thomas.Kunish@usmc.mil, curtis.tucker@usmc.mil
(Thomas.Kunish@usmc.mil, curtis.tucker@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
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 solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. All responsible sources may submit a response which, if timely received must be considered by the agency. The solicitation number M67001-13-Q-0075 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65 and DCN 20130109. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 339992 with size standard of 500. The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: CLIN 0001 SOUSAPHONE QUANTITY 4 EACH CONN 20K SERIES BBb SOUSAPHONE (BRIGHT SILVER) CLIN 0002 TUBA QUANTITY 4 EACH YAMAHA YBB-641 PROFESSIONAL ROTARY TUBA (BRASS) CLIN 0003 T RUMPET QUANTITY 2 EACH SHIKE P5-4 CUSTOM SERIES Bb/A PICOLO TRUMPET (BRIGHT SILVER) Brand Name Items Only. Quotes and technical specifications should be on separate documents. All responsible sources may submit a response which, if timely received, must be considered by the agency. All items should include standard commercial warranty. The Government will award the contract to the quoter who submits the lowest price technically acceptable. Offerors are responsible for ensuring their submitted quote has been received and is legible. Submit quote, technical specifications, and any questions to thomas.kunish@usmc.mil. The following Federal Acquisition Regulation (FAR) 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; FAR 52.219-6 Notice of Total Small Business Set-Aside; 52.204-99 System for Award Management Registration ; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-20 Prohibition of Segregated Facilities; 52.222-26 Affirmative Action for Workers with Disabilities; 52.232-33 Payment by Electronic Fund Transfer; 52.223-18 Contractor Texting; 52.211-6. The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: 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 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 (Alt A.) Central Contractor Registration; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.204-7003 Control of Government Personnel Work Product ; 252.243-7001 Pricing of Contract Modifications. QUOTER SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter 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. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://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: http://www.ccr.gov/. Quoters must be registered 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. DELIVERY. Provide estimated delivery date. LOCATION. All items will be delivered to: FREIGHT TRAFFIC BRANCH ATTN CONTRACT NUMBER ASH STREET BLDG 1118 CAMP LEJEUNE, NC 28542-5000 EVALUATION. Responses to this RFQ will be evaluated and awarded based on the lowest price technically acceptable. •a. Include the Contractor's warranty information for each item. WIDE AREA WORKFLOW. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web based software application called Wide Area Workflow- Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/ Acceptance documents electronically, and allows for complete visibility throughout the acceptance and payment process. The Website for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com. SUBMISSSION. This solicitation will only be posted to FedBizOpps. Questions shall be received by the Contracting Department via email no later than February 18, 2013 at 1 p.m. EST. Please provide the RFQ number in the subject line. Quotes shall be received by the Contracting Department, by February 19, 2013 at 1 p.m. EST, to be considered for award. Please submit quotes via email. Point of contact can be reached by email Thomas.Kunish@usmc.mil or phone (910) 451-7844. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. POINT OF CONTACT. The Contract Specialist and P.O.C. for this requirement is Sgt Thomas Kunish and may be reached via email at Thomas.Kunish@usmc.mil or by phone at 910-451-7844 or Curtis Tucker, Curtis.tucker@usmc.mil at 910-451-1467.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-13-Q-0075/listing.html)
 
Record
SN02986391-W 20130214/130212235314-c64fe48d7e6e7454f00f255e7b3a09f8 (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.