Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
MODIFICATION

J -- RADIO DISPATCH/FIRE ALERTING EQUIPMENT SERVICE MAINTENANCE

Notice Date
9/18/2015
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M0068115T0250
 
Archive Date
10/10/2015
 
Point of Contact
Monica M. Sims, Phone: 7605776313, June R. Henley, Phone: 7605776768
 
E-Mail Address
monica.sims@usmc.mil, june.henley@usmc.mil
(monica.sims@usmc.mil, june.henley@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial 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 M00681-15-T-0250 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 334290 and the small business size standard is 750. This acquisition is a 100% small business set-aside. The United States Marine Corps MCLB Barstow CA 92311 has a requirement for maintenance services on the Joint Provost Marshal/Fire Dispatch Center Radio Dispatch and Fire Station Alerting Systems for the MCLB Force Protection and Fire Services. Contractor submitting bid must be able to provide a response time of 2 hours or less. 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 response time capablity, price, technical capability and past performance. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors-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 (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 Labor-Cooperation 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). 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 System For Award Management (SAM) to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the SAM https://www.sam.gov/portal/SAM/, visit www.sam.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: MCLB Barstow Contracting and Purchasing Office, Attn: Monica Sims, Purchasing Agent, PO Box 110194 Barstow CA 92311-5050; emailed to: monica.sims@usmc.mil ; faxed to: 760-760-6713; or hand delivered to: MCLB Barstow, Contracting Office, Bldg 204, Barstow, CA 92311. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 25 September 2015, at 02:00 p.m. Pacific Standard Time. Point of Contact: Monica Sims, Purchasing Agent, Phone 760-577-6313, Fax 760-577-6713, email Monica.sims@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068115T0250/listing.html)
 
Place of Performance
Address: MARINE CORPS LOGISTICS BASE BARSTOW (MCLBB), BARSTOW, California, 92311, United States
Zip Code: 92311
 
Record
SN03892912-W 20150920/150918234840-968850374862fe2857a16d5636b528a8 (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.