Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

D -- OC-192 WARRANTY

Notice Date
5/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Ground Combat Center 29 Palms - RCO, M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739909Q0093
 
Response Due
5/28/2009
 
Archive Date
6/12/2009
 
Point of Contact
Rafila Burt 760-830-0292
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-07-Q-0093. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. This is a restricted purchase for Small Business Concerns. The North American Industry Classification System Code (NAICS) is 811212. The small business size standard is $23 mil. The Standard Industrial Classification Code (SIC) for this order is 7378. The Federal Supply Classification (FSC) for this order is 7035. CLINProduct NumberService Product NumberSerial NumberBegin DateEnd Date000115454-EIA-UBICH-B=CON-SNT-454UBICCAT113551QH01 OCT 200830 SEP 2009000215454-DS1E1-56=CON-SNT-DS1E156CAT11335AHH01 OCT 200830 SEP 2009000315454-DS1E1-56=CON-SNT-DS1E156CAT112957B001 OCT 200830 SEP 2009000415454-EIA-UBICH-A=CON-SNT-454UBICCAT11325EAT01 OCT 200830 SEP 2009000515454-DS1E1-56=CON-SNT-DS1E156CAT11335AHE01 OCT 200830 SEP 2009000615454-DS1E1-56=CON-SNT-DS1E156CAT11335AHW01 OCT 200830 SEP 2009000715454-DS1E1-56=CON-SNT-DS1E156CAT112957AU01 OCT 200830 SEP 2009000815454-DS1E1-56=CON-SNT-DS1E156CAT112957B301 OCT 200830 SEP 2009000915454-EIA-UBICH-B=CON-SNT-454UBICCAT113551RF04 NOV 200830 SEP 2009001015454-EIA-UBICH-B=CON-SNT-454UBICCAT113551Q204 NOV 200830 SEP 2009001115454-EIA-UBICH-A=CON-SNT-454UBICCAT1142566N04 NOV 200830 SEP 2009001215454-EIA-UBICH-A=CON-SNT-454UBICCAT1142566204 NOV 200830 SEP 2009CLINProduct NumberService Product NumberSerial NumberBegin DateEnd Date0013WS-C4507RCON-SNT-WS-C4507FOX100306NT03 OCT 200830 SEP 20090014CISCO2821CON-SNT-2821FHK1011F19W03 OCT 200830 SEP 20090015CISCO3845-DCCON-SNT-3845DCFHK1011F1AH03 OCT 200830 SEP 20090016CISCO3845-DCCON-SNT-3845DCFHK1011F1AA03 OCT 200830 SEP 20090017WS-C3750G-24TS-E1UCON-SNT-3750GE1UFOC1006Z3CW03 OCT 200830 SEP 20090018WS-C3750G-24TS-E1UCON-SNT-3750GE1UFOC1006Z3CY03 OCT 200830 SEP 20090019CISCO2821CON-SNT-2821FHK1011F19Q03 OCT 200830 SEP 20090020CISCO2821CON-SNT-2821FHK1011F19X03 OCT 200830 SEP 20090021WS-C3750G-24TS-E1UCON-SNT-3750GE1UFOC1008Y2TX03 OCT 200830 SEP 20090022WS-C3750G-24TS-E1UCON-SNT-3750GE1UFOC1006Z3BX03 OCT 200830 SEP 20090023CISCO2821CON-SNT-2821FHK1011F1A503 OCT 200830 SEP 20090024CISCO3845-DCCON-SNT-3845DCFHK1011F1A903 OCT 200830 SEP 20090025WS-C3750G-24TS-E1UCON-SNT-3750GE1UFOC1008Y2YL03 OCT 200830 SEP 20090026WS-C3750G-24TS-E1UCON-SNT-3750GE1UFOC1006Z3CE03 OCT 200830 SEP 20090027WS-C3750G-24TS-E1UCON-SNT-3750GE1UFOC1006Z3C703 OCT 200830 SEP 20090028WS-C3750G-24TS-E1UCON-SNT-3750GE1UFOC1006Z3BU03 OCT 200830 SEP 20090029CISCO2821CON-SNT-2821FHK1011F1A703 OCT 200830 SEP 20090030CISCO2821CON-SNT-2821FHK1011F1A003 OCT 200830 SEP 2009003115454-TCC2P-K9CON-SNT-15454TCCCAT10070CUN03 OCT 200830 SEP 2009003215454-TCC2P-K9CON-SNT-15454TCCCAT10070CYP03 OCT 200830 SEP 2009003315454-XC-10GCON-SNT-15454XC10CAT10070PWT03 OCT 200830 SEP 2009003415454-GBIC-LXCON-SNT-454GBICLXFNS0952P0AY03 OCT 200830 SEP 2009003515454-SA-HDCON-SNT-454SAHDSAT1009003B03 OCT 200830 SEP 2009003615454-FTA3-TCON-SNT-15454FTA2SAT100900CT03 OCT 200830 SEP 2009003715454-OC192IR1550CON-SNT-15454192CAT10040BQY03 OCT 200830 SEP 2009003815454-OC192IR1550CON-SNT-15454192CAT10031LUM03 OCT 200830 SEP 2009003915454-GBIC-LXCON-SNT-454GBICLXFNS0952P0B203 OCT 200830 SEP 2009004015454-GBIC-LXCON-SNT-454GBICLXFNS0952P07R03 OCT 200830 SEP 2009004115454-GBIC-LXCON-SNT-454GBICLXFNS0952P0AZ03 OCT 200830 SEP 2009004215454-XC-10GCON-SNT-15454XC10CAT10070PYY03 OCT 200830 SEP 2009004315454-G1K-4CON-SNT-454G1K4CAT10020N4T03 OCT 200830 SEP 2009004415454-OC192IR1550CON-SNT-15454192CAT10020UXZ03 OCT 200830 SEP 2009004515454-OC192IR1550CON-SNT-15454192CAT094501WS03 OCT 200830 SEP 2009004615454-XC-10GCON-SNT-15454XC10CAT1006150U03 OCT 200830 SEP 2009004715454-GBIC-LXCON-SNT-454GBICLXFNS0952P0B403 OCT 200830 SEP 2009004815454-GBIC-LXCON-SNT-454GBICLXFNS0952P0AX03 OCT 200830 SEP 2009004915454-GBIC-LXCON-SNT-454GBICLXFNS0952P0BA03 OCT 200830 SEP 2009005015454-GBIC-LXCON-SNT-454GBICLXFNS0952P0B903 OCT 200830 SEP 2009005115454-TCC2P-K9CON-SNT-15454TCCCAT10070CTY03 OCT 200830 SEP 2009005215454-TCC2P-K9CON-SNT-15454TCCCAT10070CYS03 OCT 200830 SEP 2009005315454-G1K-4CON-SNT-454G1K4CAT100606GB03 OCT 200830 SEP 2009005415454-SA-HDCON-SNT-454SAHDSAT1009005X03 OCT 200830 SEP 2009005515454-XC-10GCON-SNT-15454XC10CAT1006152903 OCT 200830 SEP 2009005615454-FTA3-TCON-SNT-15454FTA2SAT100800CW03 OCT 200830 SEP 2009005715454-G1K-4CON-SNT-454G1K4CAT100606GP03 OCT 200830 SEP 2009005815454-XC-10GCON-SNT-15454XC10CAT1006153703 OCT 200830 SEP 2009005915454-GBIC-LXCON-SNT-454GBICLXFNS0952P0B003 OCT 200830 SEP 2009006015454-GBIC-LXCON-SNT-454GBICLXFNS0952P0B703 OCT 200830 SEP 20090061ONS-GC-GE-SXCON-SNT-GCGESXFNS0946J1GZ03 OCT 200830 SEP 2009006215454-G1K-4CON-SNT-454G1K4CAT100606H103 OCT 200830 SEP 2009006315454-OC192IR1550CON-SNT-15454192CAT10020UY203 OCT 200830 SEP 2009006415454-OC192IR1550CON-SNT-15454192CAT10020UYN03 OCT 200830 SEP 20090065ONS-GC-GE-SXCON-SNT-GCGESXFNS0947E4YV03 OCT 200830 SEP 20090066ONS-GC-GE-SXCON-SNT-GCGESXFNS0946J0UV03 OCT 200830 SEP 20090067ONS-GC-GE-SXCON-SNT-GCGESXFNS0946J0UT03 OCT 200830 SEP 20090068ONS-GC-GE-SXCON-SNT-GCGESXFNS0946J0UP03 OCT 200830 SEP 20090069ONS-GC-GE-SXCON-SNT-GCGESXFNS0946J1GW03 OCT 200830 SEP 20090070ONS-GC-GE-SXCON-SNT-GCGESXFNS0946J1GX03 OCT 200830 SEP 2009007115454-TCC2P-K9CON-SNT-15454TCCCAT10070CYE03 OCT 200830 SEP 2009007215454-TCC2P-K9CON-SNT-15454TCCCAT10070CSX03 OCT 200830 SEP 2009007315454-SA-HDCON-SNT-454SAHDSAT1009003E03 OCT 200830 SEP 20090074ONS-GC-GE-SXCON-SNT-GCGESXFNS0946J15K03 OCT 200830 SEP 2009007515454-GBIC-LXCON-SNT-454GBICLXFNS0952P0B503 OCT 200830 SEP 2009007615454-GBIC-LXCON-SNT-454GBICLXFNS0952P0B103 OCT 200830 SEP 2009007715454-XC-10GCON-SNT-15454XC10CAT100614XK03 OCT 200830 SEP 2009007815454-FTA3-TCON-SNT-15454FTA2SAT1009008W03 OCT 200830 SEP 2009007915454-SA-HDCON-SNT-454SAHDSAT1009003D03 OCT 200830 SEP 2009008015454-OC192IR1550CON-SNT-15454192CAT10020UXT03 OCT 200830 SEP 2009008115454-XC-10GCON-SNT-15454XC10CAT1006150P03 OCT 200830 SEP 2009008215454-TCC2P-K9CON-SNT-15454TCCCAT10070CVH03 OCT 200830 SEP 2009008315454-FTA3-TCON-SNT-15454FTA2SAT100800AL03 OCT 200830 SEP 2009008415454-G1K-4CON-SNT-454G1K4CAT100606G703 OCT 200830 SEP 2009008515454-SA-HDCON-SNT-454SAHDSMA0952H15503 OCT 200830 SEP 2009008615454-GBIC-LXCON-SNT-454GBICLXAGS1005212803 OCT 200830 SEP 2009008715454-OC192IR1550CON-SNT-15454192CAT10031LUU03 OCT 200830 SEP 2009008815454-OC192IR1550CON-SNT-15454192CAT10020UYM03 OCT 200830 SEP 2009008915454-GBIC-LXCON-SNT-454GBICLXAGS1005212503 OCT 200830 SEP 2009009015454-GBIC-LXCON-SNT-454GBICLXAGS1005212C03 OCT 200830 SEP 2009009115454-TCC2P-K9CON-SNT-15454TCCCAT10070CS903 OCT 200830 SEP 2009009215454-TCC2P-K9CON-SNT-15454TCCCAT10070CRX03 OCT 200830 SEP 2009009315454-G1K-4CON-SNT-454G1K4CAT100819Z903 OCT 200830 SEP 2009009415454-FTA3-TCON-SNT-15454FTA2SAT100900CX03 OCT 200830 SEP 2009009515454-XC-10GCON-SNT-15454XC10CAT10070Q3X03 OCT 200830 SEP 2009009615454-XC-10GCON-SNT-15454XC10CAT10070PW703 OCT 200830 SEP 2009009715454-GBIC-LXCON-SNT-454GBICLXAGS1005211X03 OCT 200830 SEP 2009009815454-XC-10GCON-SNT-15454XC10CAT10070Q1903 OCT 200830 SEP 2009009915454-GBIC-LXCON-SNT-454GBICLXFNS0952P07Q03 OCT 200830 SEP 2009010015454-GBIC-LXCON-SNT-454GBICLXAGS1005211K03 OCT 200830 SEP 2009010115454-GBIC-LXCON-SNT-454GBICLXFNS0952P0B303 OCT 200830 SEP 2009010215454-XC-10GCON-SNT-15454XC10CAT10070PVE03 OCT 200830 SEP 2009010315454-GBIC-LXCON-SNT-454GBICLXAGS1005211P03 OCT 200830 SEP 2009010415454-OC192IR1550CON-SNT-15454192CAT10031LU603 OCT 200830 SEP 2009010515454-FTA3-TCON-SNT-15454FTA2SAT100900DQ03 OCT 200830 SEP 2009010615454-G1K-4CON-SNT-454G1K4CAT10040KAH03 OCT 200830 SEP 2009010715454-TCC2P-K9CON-SNT-15454TCCCAT10070CTZ03 OCT 200830 SEP 2009010815454-TCC2P-K9CON-SNT-15454TCCCAT10070CUB03 OCT 200830 SEP 2009010915454-SA-HDCON-SNT-454SAHDSAT1009004103 OCT 200830 SEP 2009011015454-OC192IR1550CON-SNT-15454192CAT10040BQU03 OCT 200830 SEP 2009011115454-SA-HDCON-SNT-454SAHDSMA0951H12903 OCT 200830 SEP 2009011215454-TCC2P-K9CON-SNT-15454TCCCAT10070CV503 OCT 200830 SEP 2009011315454-G1K-4CON-SNT-454G1K4CAT100819X003 OCT 200830 SEP 2009011415454-FTA3-TCON-SNT-15454FTA2SAT1007004M03 OCT 200830 SEP 2009011515454-XC-10GCON-SNT-15454XC10CAT10070Q1R03 OCT 200830 SEP 2009011615454-XC-10GCON-SNT-15454XC10CAT10070PY703 OCT 200830 SEP 2009011715454-GBIC-LXCON-SNT-454GBICLXAGS1005212103 OCT 200830 SEP 2009011815454-GBIC-LXCON-SNT-454GBICLXAGS1005212203 OCT 200830 SEP 2009011915454-GBIC-LXCON-SNT-454GBICLXAGS1005211Y03 OCT 200830 SEP 2009012015454-GBIC-LXCON-SNT-454GBICLXAGS1005212403 OCT 200830 SEP 2009012115454-OC192IR1550CON-SNT-15454192CAT10020UY003 OCT 200830 SEP 2009012215454-OC192IR1550CON-SNT-15454192CAT10031LTV03 OCT 200830 SEP 2009012315454-TCC2P-K9CON-SNT-15454TCCCAT10080N1903 OCT 200830 SEP 2009012415454-TCC2P-K9CON-SNT-15454TCCCAT10080NPZ03 OCT 200830 SEP 2009012515454-G1K-4CON-SNT-454G1K4CAT100903N003 OCT 200830 SEP 2009012615454-SA-HDCON-SNT-454SAHDSAT101101HN03 OCT 200830 SEP 2009012715454-FTA3-TCON-SNT-15454FTA2SAT101101B703 OCT 200830 SEP 2009012815454-XC-10GCON-SNT-15454XC10CAT10070Q3E03 OCT 200830 SEP 2009012915454-XC-10GCON-SNT-15454XC10CAT10110AAR03 OCT 200830 SEP 2009013015454-GBIC-LXCON-SNT-454GBICLXFNS0952P08A03 OCT 200830 SEP 2009013115454-GBIC-LXCON-SNT-454GBICLXFNS0952P08G03 OCT 200830 SEP 2009013215454-GBIC-LXCON-SNT-454GBICLXFNS0952P08903 OCT 200830 SEP 2009013315454-GBIC-LXCON-SNT-454GBICLXFNS0952P08H03 OCT 200830 SEP 2009013415454-OC192IR1550CON-SNT-15454192CAT100903U703 OCT 200830 SEP 2009013515454-OC192IR1550CON-SNT-15454192CAT100903PS03 OCT 200830 SEP 2009013615454-TCC2P-K9=CON-SNT-15454TCCSCAT10232B9J03 OCT 200830 SEP 2009013715454-EIA-UBICH-B=CON-SNT-15454EICAT1220B06216 SEP 200830 SEP 2009013815454-EIA-UBICH-B=CON-SNT-15454EICAT1220B06516 SEP 200830 SEP 2009013915454-EIA-UBICH-B=CON-SNT-15454EICAT1220B07H16 SEP 200830 SEP 2009014015454-EIA-UBICH-B=CON-SNT-15454EICAT1220B07L16 SEP 200830 SEP 2009014115454-EIA-UBICH-A=CON-SNT-15454ECAT1221B0Z416 SEP 200830 SEP 2009014215454-EIA-UBICH-A=CON-SNT-15454ECAT1221B0ZC16 SEP 200830 SEP 2009014315454-EIA-UBICH-A=CON-SNT-15454ECAT1221B0ZD16 SEP 200830 SEP 2009014415454-EIA-UBICH-A=CON-SNT-15454ECAT1222B06X16 SEP 200830 SEP 2009014515454-DS1E1-56=CON-SNT-DS1E156CAT1222B0TX16 SEP 200830 SEP 2009014615454-DS1E1-56=CON-SNT-DS1E156CAT1222B0U716 SEP 200830 SEP 2009014715454-DS1E1-56=CON-SNT-DS1E156CAT1224B05616 SEP 200830 SEP 2009014815454-DS1E1-56=CON-SNT-DS1E156CAT1224B05B16 SEP 200830 SEP 2009014915454-DS1E1-56=CON-SNT-DS1E156CAT1224B05C16 SEP 200830 SEP 2009015015454-DS1E1-56=CON-SNT-DS1E156CAT1224B05G16 SEP 200830 SEP 2009015115454-DS1E1-56=CON-SNT-DS1E156CAT1224B05T16 SEP 200830 SEP 2009015215454-DS1E1-56=CON-SNT-DS1E156CAT1224B06116 SEP 200830 SEP 2009015315454-TCC2P-K9=CON-SNT-15454TCCSCAT10232B9J16 SEP 200830 SEP 2009 Place of contract delivery will be F.O.B. Marine Corps Air Ground Combat Center (MCAGCC)/Marine Air Ground Task Force Training Command (MAGTFTC) Twentynine Palms, CA. The Following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR:52.212-1,, 52.212-3, 52.212-4, 52.212-5 with the following clauses: 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-3, 52.225-1, 52.232-33; and 52.252-2.DFARS:252.204-7004 (Alt A), 252.212-7001 (Dev), 252.223-7001, and 252.232.7003MAPS: 52.232-9650 Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. MCAGCC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: 1. Access Procedures Are Mandatory: All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following:.A valid form of Federal or state government I.D..If driving a motor vehicle, a valid driver's license, vehicle registration and proofof insurance..Proof of employment on a valid Government contract (e.g., a letter from theprime contractor including contract number and term)..Proof of an employee background check conducted within the past yearcovering the previous two years. Contractor employee background checks areconducted at contractor expense. The background check: (a)must establish the employee's citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports.(b)must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c)will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate Identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed atGovernment expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal's Office (PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under "business access." NCIC check and fingerprint of all contractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor's expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee:a. is on the National Terrorist watch List.b. is illegally present in the United States.c.is subject to an outstanding warrant.d.has knowingly submitted an employment questionnaire with false or fraudulent information.e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance. The Contractor's employees shall observe and comply with all MCAGCC/MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Contract Termination: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. Offerors shall submit past performance and experience information. The offeror must provide the information requested for past performance evaluation or affirmatively state that it possesses no relevant directly related or similar past performance. Relevant contracts include those held within the past three (3) years with civilian and/or Government agencies for similar types of work. Offeror's submitting no past performance information will receive a neutral rating for this factor. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposal of other offeror's. Past performance information shall demonstrates how well the Offeror satisfied its customers on previous contracts and shall include name(s) for points of contact, telephone numbers, email address, contract number (if ! any), contract price, period of performance, years performed and any unique qualities of the contract. EVALUATION.The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) lowest price technically acceptable2) delivery The Contractor shall certify that it is a Manufacturer Authorized Channel Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new, in their original box. The Vendor confirms to have sourced all Manufacturer products submitted in this offer from Manufacturer or through Manufacturer Authorized Channels only, in accordance with all applicable laws and policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all Manufacturer software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. Quotations are due by COB- 1600 (4:00PM) PST on May 14, 2009 at The Purchasing & Contracting Branch, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Building 1102 Door 21, Twentynine Palms, CA 92278, ATTN; Rafila Burt, Contract Specialist, Telephone # 760-830-0292, Fax 760-830-6353, and email: rafila.burt@usmc.mil Please submit your quotations via any method listed below: E-MAILFAXFEDERAL EXPRESS OR LIKE SERVICEHAND-CARRIED TO THE OFFICE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67399/M6739909Q0093/listing.html)
 
Place of Performance
Address: USMCMAGTFTC/MCAGCC, Twentynine Palms, CA<br />
Zip Code: 92278<br />
 
Record
SN01824300-W 20090523/090521234741-972809e21f7785dff210b6aafc7efe3b (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.