SOLICITATION NOTICE
99 -- DIVE GEAR
- Notice Date
- 9/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 315228
— Men's and Boys' Cut and Sew Other Outerwear Manufacturing
- Contracting Office
- M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700110Q0397
- Response Due
- 9/7/2010
- Archive Date
- 9/8/2010
- Point of Contact
- HAROLD GRAY 910-451-2247 LISA WILLIAMS 910-451-1535
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICATION for Photo Equipment prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit a response which, if timely received must be considered by the agency. The solicitation number M6700110Q0397 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 and DFAR Change Notice 20100623. This proposed acquisition is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 315228 and the small business size standard is 500. This solicitation is for Brand Name or Equal. The Government intends to issue a single award to the lowest price technically acceptable, with a satisfactory record of past performance. Dive Equipment 3/2MM TITANIUM FIVE FINGER GLOVES, LG 3 PR KODAIK NON MAG CAMO LG8EA KODAIK NON MAG CAMO MED3EA 4MM THERMOFLEX HOOD W/BIB LG11EA 3/2MM TITANIUM FIVE FINGER GLOVES, MED7PR 3/2MM TITANIUM FIVE FINGER GLOVES, X-LG1PR MENS 4-3MM INFINITI OS-ZIP FULL SUIT LG6EA MENS 4-3MM INFINITI OS-ZIP FULLSUIT MED2EA MENS 4-3MM INFINITI OS-ZIP FULLSUIT XLG3EA 7MM VULANIZED BOOTS LG5PR 7MM VULANIZED BOOTS MED6PR STROBE MS2000 DOUBLEFLY50EA This is in support of Marine Corps Base, Camp Lejeune, North Carolina 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation ”Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items. Applicable clauses cited in 52.212-5 are: FAR 52.219-6 Notice of Total Small Business Set-Aside; 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 52-232-33 Payment by Electronic Fund Transfer; FAR 52.222-41 Service Contract Act. FAR 52.212-4 Contract Terms and Conditions “ Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7004AltA Central Contractor Registration; FAR 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 252.225-7001 Buy American Act and Balance of Payments Program; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quoters are to include a completed copy of the provision at 52.212-3 śOfferor Representations and Certifications “ Commercial Items ť with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Offeror is required to provide their Federal Tax ID Number, Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1 and complete clause 52.121-3 (ORCA). This solicitation is for brand name or equal and offers will be compared to the basic salient charactristics of each CLIN. The award will be made to the offer who provides the quote that is the lowest price technically acceptable (LPTA). The closing date for this solicitation is 7 Sept 2010 at 12:00 (12:00 PM) EST. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submit quote, certificates, and questions to harold.gray@usmc.mil or fax to (910) 451-2247.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0397/listing.html)
- Record
- SN02266821-W 20100904/100903000657-e0d8ab2ac83bd24f9b398b3d6d9a5d67 (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 |