SOLICITATION NOTICE
69 -- Explosive Blast Simulator
- Notice Date
- 5/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068111T0114
- Response Due
- 5/6/2011
- Archive Date
- 6/6/2011
- Point of Contact
- SSgt Aaron Ware 760-763-5420 Sgt Mark Silang, 760-725-3236
- E-Mail Address
-
SSgt Ware Email Address
(aaron.ware@usmc.mil)
- 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, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-11-T-0114 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and the Defense Federal Acquisition Supplement, current to DCN 20110427. The North American Classification System Code is 333319 and the small business size standard is 500 employees. This acquisition is set-aside 100% for small businesses. Marine Corps Base, Camp Pendleton, California, has a requirement for the following: Three (3) Explosive Blast Simulators similar or equal to Explotrain ™s X-02 Blast Simulator. The unit currently maintains Five (5) Explotrain Blast Simulators therefore the parts must be interchangeable. Furthermore, devices with external or exposed propane/ oxygen tanks will not be used on Camp Pendleton ranges due to fire producing potential and therefore cannot be considered technically acceptable. The Blast Simulators will include two transmitters, two batteries, two chargers, and a trigger control unit with relay. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation, will be most advantageous to the Government. The following factors shall be used to evaluate quotes: 1. Adherence to specifications 2. Price 3. Delivery. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors “Commercial Items. 52.212-3, Offeror Representations and Certifications “Commercial Items. 52.212-4 Contract Terms and Conditions “Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.222-3, Convict Labor. 52.222-19, Child Labor “Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases). 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003, Alt 1, Item Identification and Valuation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7001, Buy American Act and Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to the Camp Pendleton Regional Contracting Office, Attn: SSgt Aaron D. Ware, P.O. Box 1609, Oceanside, CA 92055-1609, emailed to aaron.ware@usmc.mil, faxed to 760-725-4643, or hand carried to the Regional Contracting Office, Bldg 22180, MCB, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 6 May 2011, at 3:00 p.m. Pacific Standard Time. Points of Contact SSgt Aaron D. Ware, Contract Specialist, Phone 760-763-5420, Fax 760-725-4643, email aaron.ware@usmc.mil; Sgt Mark Silang, Contract Specialist, Phone 760-725-3236, email mark.silang@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0114/listing.html)
- Record
- SN02438282-W 20110504/110502234948-b907fa08a9209602cbfa75837b1ff3eb (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 |