SOLICITATION NOTICE
99 -- AQUATIC WEED CONTROL IN MANAGED FICHING PONDS. BASE YEAR PLUS (4) OPTION YEARS.
- Notice Date
- 2/6/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700108T0024
- Response Due
- 2/16/2008
- Archive Date
- 3/17/2008
- Point of Contact
- SGT TAMALIA NOEL 910-451-1707
- Description
- THIS REQUIREMENT IS BEING PUBLICIZED to satisfy the government?s requirement for a commercial item prepared in accordance with the format in FAR subpart 5.1 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. This solicitation is 100% set-aside for all qualified small businesses. The solicitation number M6700108T0024 is issued as a request for quotation (RFQ). The North American Industrial Classification System (NAICS) code for this requirement is 541990 and the small business size standard is $6.5 million. The purpose of this solicitation is to procure the commercial service listed below, in support of EMD aboard Marine Corps Base, Camp Lejeune, NC. The item/service required: Line Item #0001: Control floating, emergent and sub-emergent aquatic w eeds and shoreline plants of fresh water ponds managed for recreational fishing. Qty: 8 ponds (41.3 Acres). Contractor should be prepared to utilize a broad spectrum of herbicides. Contractor must be certified to apply herbicides in the State of North Carolina, and use only herbicides approved by the Environmental Protection Agency and the U.S. Food and Drug Administration. If further description of item(s)/service(s) is necessary, please email Chad Garber at chad.garber@usmc.mil. Quotes other than FOB destination will be rejected. Additional Information: Quotes will include descriptive literature, warranty, and insurance. Provide delivery days after receipt of order. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) 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 Contrac t Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; DFARS 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 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 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/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The Offeror is require d 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. Offerors 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/. Offerors must be registered prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Quotes will be evaluated on a lowest priced technically acceptable basis. The closing date for this solicitation is 16 February 2008 at 1600 hr (4:00 PM) EST. Offerors are responsible for ensuring that their subm itted quote has been received and legible. Submit quote to tamalia.noe l@usmc.mil or fax to (910) 451-2193.
- Record
- SN01502112-W 20080208/080206232718 (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 |