Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2008 FBO #2309
SOLICITATION NOTICE

J -- Repair and upgrade a Rigged Hull Inflatable Boat (RHIB). Repair and re-paint a RHIB Trailer.

Notice Date
3/21/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068108T0055
 
Response Due
3/31/2008
 
Archive Date
4/30/2008
 
Point of Contact
Kevin Ham 760-725-8449 e-mail: kevin.ham@usmc.mil Fax: 760-725-8445
 
E-Mail Address
Email your questions to Click here to e-mail the Contract Specialist
(kevin.ham@usmc.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) solicitation number is M00681-06-T-0055. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 and DCN 20080303. This RFQ is a 100% Small Business Set-Aside. The applicable NAICS code is 336612 with a size standard of 500. The FSC code is J019. The Regional Contracting Office, Southwest Camp Pendleton CA 92055 has a requirement for: CLIN 0001: Repair and Upgrade of: 1 EA, 22 foot Zodiac Hurricane Rigid-Hull Inflatable Boat (RHIB) with a Penta Volvo KAD43P/DP super charged engine. The repairs will consist of wiring and engine work. The upgrade will be to the craft?s navigation system. CLIN 0002: Repair and Re-paint 1EA RHIB trailer, model M24-9A. The repairs will consist of brakes, frame and wheels. The contractor will pick up the RHIB and its trailer and transport it to their facility for the repairs. Upon completion of the repairs, the contractor will return the RHIB and trailer to Camp Pendleton. The contractor shall conduct a sea trial of the RHIB with a Government representative on-board to check for proper operation. A site-visit will be conducted at building 210562, Recon Boat House on 25 March 2008 at 9:00 a.m. Interested parties should notify the Regional Contracting Office of their intent to attend. Questions will not be answered at the visit. All questions will be submitted by e-mail to the Contracting Office no later than 4:00 p.m. PDT 26 March 2008. The Government is not obligated to answer any questions received after this date and time. Contract Authority: The Government will solicit and award this contract using simplified acquisitions procedures in accordance with Federal Acquisition Regulations (FAR) subpart 13.1 and commercial items in FAR part 12. As a result of this authority, certain requirements streamlined. In accordance with FAR 12.102(c), when a policy in another part is inconsistent with FAR part 12, Part 12 shall take precedence. Type of Contract: The Government intends to award a firm fixed price contract as a result of quotes received from this solicitation. Evaluation: The following factors shall be used to evaluate quotes: (1) Price, (2) Technical capability, and (3) delivery. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.204-7 Central Contractor Registration; 52.212-1 Instruction to Offerors-Commercial Items; 52-212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following additional FAR clauses being cited as applicable to this acquisition; 52.219-6 Notice of Total Small Business Set Aside; 52.222-19 Child Labor-Cooperation w/Authorities and Remedies; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-37; Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.232-33 Payment by Electronic Funds Transfer . The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable t o this acquisition: 252.204-7004 Required Central Contractor Registration; 252.229-7000; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7021 Trade Agreements; 252.232-7003 Electronic Submission of payment Requests; 252.247-7023 Transportation by Sea and Air. Quoters shall complete and submit with their quotation the Offeror Representations and Certifications found under the following provisions: FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, DFARS 252-212-7000 Offeror Representations and Certifications ? Commercial Items. Copies of the Representations and Certifications, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/ . Quotes are due by 7:00 a.m. PDT on 31 March 2008. Contact Mr. Kevin Ham at 760.725.8449, e-mail: kevin.ham@usmc.mil. Alterna te Point of Contact is John Miller 760-725-4205, e-mail: john.m.miller 6@usmc.mil Quotes may be submitted by facsimile or email transmission. Facsimile and email quotes are subject to the same rules as paper quotes. The telephone number of receiving facsimile equipment is 760-725-8445. The Government reserves the right to make award solely on initial quotations received. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and email transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.
 
Web Link
Click here for NECO
(https://www.neco.navy.mil)
 
Record
SN01538940-W 20080323/080321224850 (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.