Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2011 FBO #3504
SOLICITATION NOTICE

36 -- HEATED DEBULKING/CURING TABLE

Notice Date
6/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014611TP049
 
Response Due
7/12/2011
 
Archive Date
8/12/2011
 
Point of Contact
Angela Little 252-466-4415
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet Readiness Center East at the Marine Corps Air Station, Cherry Point, NC has a requirement for a heated debulking-curing table. 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 solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-11-T-P049 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 and Defense FAR Supplement (DFARS) Publication Notice DPN 20110608. This acquisition is 100% set-aside for small business. The North American Industry Classification System code 334519 with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract for the following item: Item 0001 “ 1 each, Heated Debulking/Curing Table, HCS7500-09-40110 Manufactured by Heatcon Composite Systems Inc, cage code 0ED96 BRAND NAME OR EQUAL. This is a brand name or equal purchase description. As such, the provision at FAR 52.211-6, Brand Name or Equal (AUG 1999) applies to this RFQ. The brand name, manufacturer, and part numbers/model numbers are set forth in this RFQ along with the salient physical, functional, or performance characteristics that śequal ť products must meet. Salient Characteristics for Debulking/Curing Table: 1. Size 120 ťL X 60 ťW x 36 ťH 2. Voltage 480/60/3 3. Inches HG (Mercury) and Kilopascals 4. 8 Auxiliary TC Jacks on Pneumatic Panel 5. Locking Caster Wheels 6. Reuable Vacuum Bag Assembly 7. Temperature Range to 500 degrees (260 C) 8. Electric Vacuum Pump System 9. Manual or programmable Temperature Control 10. Panel Mount Control System 11. No Lid The delivery and inspection/acceptance requirements are FOB destination and are to be delivered to Marine Corps Air Station Cherry Point, NC 28533. Delivery required within (21) weeks of contract award or sooner. The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-14 Notice of Priority Rating For National Defense Use. Evaluation procedures: All quotes will be evaluated first by price; and then the lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is technically unacceptable, then the evaluation team will move to the next lowest quote to evaluate for technical acceptability, and ability to meet required delivery schedule. Once a technically acceptable quote, with acceptable delivery schedule, is identified, that vendor ™s past performance will be evaluated. If it is determined satisfactory, award will be made to that vendor without further evaluation of other quotes. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement. 252.211-7003, Item Identification and Valuation, 252-203-7000, Contracting Officer ™s Representative 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alt A, Central Contractor Registration, 252.225-7001, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program, 252.225-7002, Qualifying Country Sources as Subcontractor, 252.232-7010, Levies on contract Payments, 252.243-7001, Pricing of Contract Modifications FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.204-10 Reporting Executive Compensation and First “Tier Subcontract Awards, 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarrment, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:oo p.m., EST, 12 July 2011. Point of Contact: Angela Little, Contract Specialist, Phone 252-466-4415 Fax 252-466-8492, Email angela.f.little@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Cherry Point Satellite Contracting Offic e Attn: Angela Little, Code SUL2S PSC Box 8018, Building 159, MCAS Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to MCIEast Cherry Point Satellite Contracting Office, Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014611TP049/listing.html)
 
Record
SN02483112-W 20110629/110627234725-a0b695ff387f666e8701b5fed68d907d (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.