SOLICITATION NOTICE
73 -- Sporks and Tumblers
- Notice Date
- 7/28/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326140
— Polystyrene Foam Product Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700109Q0291
- Response Due
- 7/30/2009
- Archive Date
- 8/14/2009
- Point of Contact
- Martha Banks 910-451-1847<br />
- E-Mail Address
-
<!--
- 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 as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700109Q0291 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This solicitation is for 100% small business setaside. The North American Industrial Classification System (NAICS) code for this requirement is 326140. and the small business size standard is 500 employees..Line item #0001: Sporks: Wrapped individually, 1000 per case, P/N: GA3398194, Quantity: 200 Cases.The sporks are made of high quality Polystyrene/ White, Weight per Spork: 3.54 grams, length 5.3/4" per Spork. Line Item #0002: Tumblers, 12oz. Texture Color: Blue, 72 per case, P/N: GET6612-B, Quantity: 200 cases. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration; 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 Statutes or Executive Orders-Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.222.19 Child Labor; FAR 52.222-21 Prohibition of segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.223-6! Drug-Free Workplace; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, ans Improvements, FAR 52.243-1 Changes-Fixed-Price; FAR 52.247-34 F.O.B. Destination; DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Impelement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Requests. Offerors are required to be registered in the Central Contractor Registration (CCR) and submit their DUNS Number and CAGE (Commercial and Government Entity) code with their quote. Offerors must agree to register in WAWF (Wide Area Work Flow) for electronic payment. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Pursuant to Far 52.212-2 the criteria for award will be Best Value to the government. The following areas will be used for evaluation: (1) Technical Capability, (2) Past Performance, (3) Delivery, and (4) Price with no certain order being established. Offerors must be registered and have an active CCR record 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 received by closing, must be considered by the agency. Prior job contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar in scope to this requirement. The closing date for this solicitation is 30 JULY 2009 at 1400 hr (2.00 pm EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to martha.banks.ctr@usmc.mil or fax to (910) 451-2193.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0291/listing.html)
- Place of Performance
- Address: Freight Traffic BranchBldg 1119, Camp Lejeune, NC<br />
- Zip Code: 28542<br />
- Zip Code: 28542<br />
- Record
- SN01890419-W 20090730/090729000519-414e2a39a80cf0c43d3b00686660bdba (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 |