SOLICITATION NOTICE
81 -- PLASTIC HEAVY DUTY 4 WAY PALLET 5000 LB DYNAMIC CAPACITY 2800 LB RACKABLE CAPACITY 1000 EACH SHIPPED TO KANDAHAR AFGHANISTAN
- Notice Date
- 5/1/2008
- Notice Type
- Presolicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, W91B4L KANDAHAR REGIONAL CONTRACTING CENTER; KANDAHAR AIRFIELD; KANDAHAR AFGHANISTAN APO AE 09355
- ZIP Code
- 09355
- Solicitation Number
- W91B4L08Q0007
- Response Due
- 5/8/2008
- Point of Contact
- ERIC OVERFELT 01193796355312 ERIC E OVERFELT eric.overfelt@afghan.swa.army.mil; kandahar411@yahoo.com
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number W91B4L08Q0007 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This solicitation is unrestricted. The North American Industrial Classification System (NAICS) for this requirement is 326199. CLIN 0001 Quantity 1000 each Buckhorn Inc P/N PU4840063310006 Brand Name or Equal. The Ship To Destination for this order is USMC DODAAC M94481; TMO 24 MEU CE FWD; NATL SUPPORT ELEMENT-NSE EMPTY LOT; UNIT 09355; KANDAHAR APRT (KDH) AFGHANISTAN 09355. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal, note that the salient physical, functional, or performance characteristics of the brand name item that an equal item must meet to be acceptable for award are Rackable Plastic Pallet; 4 Way Multiple Entry; Dynamic Capacity 5000 lb; Depth 48 In; Width 40 In; Rackable Capacity 2800 lbs. FAR 52.202-3, Gratuities; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I; 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 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7005 Identification of Expenditures in the US; DFARS 252.232-7008 Assignment of Claims (Overseas); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.233-7001 Choice of Law (Overseas); DFARS 252.247-7023 Transportation of Supplies by Sea; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.233-2 Service of Protest; FAR 52.212-2 Evaluation Commercial Items; FAR 52.247-34 F.O.B. Destination;. FAR 52.211-6, Brand Name or Equal, note that the salient physical, functional, or performance characteristics of the brand name item that an equal item must meet to be acceptable for award are Rackable Plastic Pallet; 4 Way Multiple Entry; Dynamic Capacity 5000 lb; Depth 48 In; Width 40 In; Rackable Capacity 2800 lbs. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION 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. Offerors are 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. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For assistance with CCR registration, contact the 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. All responsible sources may submit a response which, if timely received, must be considered by the agency. The Government will award a contract resulting from this publication to the responsible vendor, whose quote conforms to the publication and is considered the best value. The following factors shall be used to evaluate quotes: price, delivery and past performance. The closing date for this solicitation is 8 May, 2008 at 1600 hr (4:00 PM) Local Kandahar Time. The anticipated award date will be 9 May, 2008. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to eric.overfelt@afghan.swa.army.mil or kandahar411@yahoo.com, the army email fails at a high rate
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a0199124710e4ac282452becf55f0e9c&tab=core&_cview=1)
- Record
- SN01565194-W 20080503/080501220802-b07fbd1a2479ffd313a866a39250e60e (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 |