Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2009 FBO #2726
SOLICITATION NOTICE

73 -- Can Opener

Notice Date
5/12/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
92055
 
Solicitation Number
M0068109T0091
 
Response Due
5/18/2009
 
Archive Date
6/2/2009
 
Point of Contact
Phone: 760-725-3236
 
Small Business Set-Aside
Total Small Business
 
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 M00681-09-T-0091 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 05-32 and the Defense Federal Acquisition Supplement, current to DCN 20090115. The North American Industrial Classification System Code is 423440. This acquisition is set-aside 100% for small businesses and the small business size standard is 100 EMP. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: CLIN 0001 Can Opener 1 each. The Can Opener shall be air powered,! heavy duty, crown puch type; 30" x 30"x 59", mobile, fully enclosed compartment with built in compressor. Can Opener shall also contain an automatic lid removal into receptacle. The design and performance of the Can Opener shall be stainless steel; welded and perforated walls with the minimum capability of opening 3000 cans per day and USDA approved. Can Opener shall also include a one year warrenty. All quotes received shall be of brand name or equal to value. See attachment for additional specifications. 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: 1. Adhereance to specifications 2. Price 3. Delivery. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-3, Offeror Representation! s 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 ). 52.233-1, Disputes. 52.233-4, Applicable Law for Breach of Contract Claim. 52.243-1, Changes-Fixed Price. 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 Conditions Required to Implement Statutes or Executive ! Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.232-7003, Electronic Submission of Payment Requests). 252.225-7002, Qualifying Country Sources as Subcontractors. 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. Any questions concerning this solicitation shall be submitted to the contracting office via email to Sgt.Edwards, no later than! 1600 PST May 18, 2009. Contracting officer shall gather all questions from prospective vendors. Contracting officer will reply via email with answers by solicitation closing date. Solicitation shall be extended if additional time is needed for submission of quotes by interested parties. Although not required, interested parties may submit a sample of their product for evaluation by the government. A FedEx account number is required for vendors requesting return of sample product. The government will not be held responsible for the return of any sample not submitted with a FedEx account. 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: Ricky Edwards, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to ricky.edwards@usmc.mil, faxed to 760-725-8445, or hand carried to the Regio! nal Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 22 May 2009, at 12:00 p.m. Pacific Standard Time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068109T0091/listing.html)
 
Record
SN01814958-F 20090514/090512233037 (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.