SOLICITATION NOTICE
49 -- Dynamometer parts and accessories
- Notice Date
- 8/22/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M00681 Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068107T0139
- Response Due
- 9/2/2007
- Archive Date
- 10/2/2007
- Description
- This is a combined synopsis/solicitation for commercial items 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 M00681-07-T-0139 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and the Defense Federal Acquisition Supplement, current to DCN 20070802. The North American Classification System Code is 334516 and the small business size standard is 500 employees. This acquisition is set-aside 100% for small businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: CLIN 0001: DYNAMOMETER SPARES MANUFACTURER PART NUMBER 238012, CLIN 0002: DYNAMOMETER SPARES KIT MANUFACTURER PART NUMBER 43962, CLIN 0003: DYNAMOMETER ENGINE CART MANUFACTURER PART NUMBER 63325, CLIN 0004: GM 6.2L, 6.5L, AND 6.5LT ENGINE PREPARATION KIT MANUFACTURER PART NUMBER 23774, CLIN 0005: DETROIT DIESEL 8 V-92 ENGINE KIT, CLIN 0006: DETROIT DIESEL SERIES 60 PREPARATION KIT MANUFACTURER PART NUMBER 23776, CLIN 0007: CUMMINS 400 DEISEL ENGINE PREPARATION KIT, CLIN 0008: JOHN DEER ENGINE 4039 ADAPTATION KIT MANUFACTURER PART NUMBER 23803, CLIN 0009: JOHN DEER ENGINE 6035 ADAPTATION KIT MANUFACTURER PART NUMBER 23805. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate quotes: delivery and price. Specific brand names and part numbers are required because items must be used and compatable with equipment currently in use by the Government. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registratio n. 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 52.219-6, Notice of Total Small Business Set-Aside. 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. 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans. 52.222-36, Affirmative Action for Handicapped Workers. 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and 52.225-13, Restriction on Certain Foreign Purchases). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.212-7001, Contract Terms and Con ditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of Payments Program. 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 Certifications?Commercial 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 the Camp Pendleton Regional Contracting Office, Attn: Brad Owens, P.O. Box 1609, Oceanside, CA 92051-1609, emailed to brad.e.owens@usmc.mil, faxed to 760-725-8445, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, and Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 2 September 2007, at 1:00 p.m. Pacific Standard Time.
- Record
- SN01381749-W 20070824/070822222701 (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 |