Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

99 -- The Marine Corps has requirement to replace Instructor Rigs reaching service limitation.

Notice Date
7/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785409Q1129
 
Response Due
7/27/2009
 
Archive Date
8/11/2009
 
Point of Contact
Michael Richards 703-432-3632
 
Small Business Set-Aside
Total Small Business
 
Description
Instructor RigsM67854-09-Q-1129 This is a combined synopsis/solicitation for a Brand Name requirement prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only publication; proposals are being requested and a written solicitation will not be issued. Solicitation number M67854-09-Q-1129 is issued as a Request for Quotation (RFQ). The NAICS code is 314999. Description of the requirements: The Marine Corps has requirement to replace Instrcutor Rigs reaching service limitation. Descriptions of Items to be procured are as follows: CLIN 0001 (Exhibits 1A-1F) six (6) Vector-3 parachute systems with options (options include: Hip rings, Leather Hackey, Magnetic riser convers, Louie loop style dive loops, 3D spacer foam back pad and laterals, freefly mod, skyhook RSL, and gear bag ); CLIN 0002 (Exhibit 2) one (1) PD Optimum Reserve Canopy 126, CLIN 0003 (Exhib! it 3) two (2) PD Optimum Reserve Canopy 160, CLIN 0004 (Exhibit 4) two (2) PD Optimum Reserve Canopy 176, CLIN 0005 (Exhibit 5) one (1) PD Optimum Reserve Canopy 193, CLIN 0006 (Exhibit 6) one (1) PD Velocity main canopy 96, CLIN 0007 (Exhibit 7) two (2) PD Sabre 2 150, CLIN 0008 (Exhibit 8) two (2) PD Sabre 2 170, CLIN 0009 (Exhibit 9) one (1) PD Sabre 2 190, and CLIN 0010 four (4) Cypres-2 1 pin Expert. Included is 14 attachments (Exhibits 1A-1F, 2-9) illustrating the color scheme and size requirments to which the canopies and container need to be structured. Delivery will be FOB Destination at MARCORSYSCOM-IWS/RAR, 2201A Willis St, ATTN SSgt Phillips Quantico, VA 22134. Offeror is to include the following with their quote: Part I: The offeror shall provide a price and description for all deliverable items; taxes, and shipping will be included with the total price. Part II: The name, title, telephone number, fax number and email address of the point of contact. Part III: The nine-digit DUNS, the nine-digit TIN, Commercial and Government Entity (CAGE) code with their quote. Part IV: Completed copies of FAR 52.212-3 or an online representations and certification application (ORCA) record with their quote. The Government intends to award a firm fixed price contract to the responsible offeror whose offer conforming to the solicitation and meets the requirements. Selection for award is based on lowest price technically acceptable. All responsible business sources may submit a quotation which will be considered by MARCORSYSCOM. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFAR) provisions and clauses are applicable: 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, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items: 52.222-3, 52.222-19, 52.222-26, 52.222-50, 52.225-1, 52.225-13. FAR 52.204-7 Central Contractor Registration. In compliance with DFARS 252.232-7003, "Electronic Submission of Payment Requests (March 2008)", the United States Marine Corps (USMC) utilizes WAWF-RA to electronically process vendor requests for payment. The contractor is required to utilize this system when processing invoices and receiving reports under this contract - unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) register to use WAWF-RA at https://wawf.eb.mil/ and (ii) ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step-by-step procedures to register are available at https://wawf.eb.mil/. All Contractors who provide goods/services to the DOD must be registered in the Central Contractor Register (CCR). Online Certifications and Representations is also required at http://orca.bpn.gov. Failure to comply with ORCA registration may deem offeror ineligible for award. The closing date for this solicitation is 27 July 2009 at 1300 hr (1:00 PM) EST. The anticipated award date will be 29 July 2009. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote and questions regarding this solicitation to michael.a.richards@usmc.mil., no phone calls will be accepted. The question's cut off date is 22 July 2009. The Government will not be responsible for any costs accrued by the vendor in response to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785409Q1129/listing.html)
 
Record
SN01879250-W 20090719/090718000108-e48695b768d17e66c5d7da96cd092f62 (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.