Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

81 -- Twenty Feet (20')ISO Container

Notice Date
8/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410R5141
 
Response Due
8/11/2010
 
Archive Date
9/11/2010
 
Point of Contact
Devin Waiters 540-658-8568 Devin Waiters 540-658-8568Dennis Alber 540-658-8837
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. 2. Request for Quote (RFQ) M6785410R5141 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). 3. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 and through Department of Defense Acquisition Regulation Change Notice 20100713. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm 4. This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423840; Small Business Size Standard: 1005. CLIN (0001) 1200 each: Purchase and deliver 20 (foot) Standard new or used ISO Strong Tight shipping containers with original wood floor, 19' 10 x 8' 6 x 8' minimum dimensions, and the following requirements. The containers must meet all transoceanic shipping requirements to include crane and fork lifting capability and ability to be stackable. Must be weather proof (i.e. water proof to prevent any water damage to the equipment that will be stored within the containers) by protecting against all weather related elements, transportable via semi and sea freight with a maximum payload of 60,000 lbs, and have lockable doors. Delivery of containers must begin no later than 21 days after award with the ability to deliver a minimum 50 per month. 6. FOB-Destination for delivery to: SAIC 1020 NORTHPOINTE INDUSTRIAL BLVD, HANAHAN SC, 29410. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). 7. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered in accordance with FAR 52.212-2. Award shall be based on All or None and Best Value to the Government. The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the Government requirement, 2) Delivery schedule, 3) Price, 4) Past Performance. Therefore in accordance with FAR 15.304, the relative importance of best value when all evaluation factors other than cost or price are combined are significantly more important.8. The following provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 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 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Progr! am; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; and DFARS 252.247-7023 Transportation of Supplies by Sea. 9. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION), and DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION).10. The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed.11. Quotes must be emailed to Devin Waiters, devin.waiters@usmc.mil. Quotes are required to be received no later than 16:00 EST, 11 Aug, 2010. Contracting Office Address: MARCORSYSCOMJPO MRAP/Contracts50 Tech ParkwayStafford, VA 22556 Place of Performance: SAIC1020 NORTHPOINTE INDUSTRIAL BLVD.HANAHAN SC, 29410United States Primary Point of Contact:Dennis G. Alberdennis.alber@usmc.milPhone: 540-658-8837
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410R5141/listing.html)
 
Place of Performance
Address: SAIC1020 NORTHPOINTE INDUSTRIAL BLVD., HANAHAN, SC
Zip Code: 29410
 
Record
SN02228997-W 20100806/100804235339-648c46671f262d1e22fadfa48a832882 (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.