Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOLICITATION NOTICE

54 -- MOBI-Mats beach access walk way

Notice Date
8/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0239
 
Response Due
8/26/2011
 
Archive Date
9/30/2011
 
Point of Contact
Jean Wagnac 910-451-7852 Mary Williams 910-451-9615
 
E-Mail Address
jean.wagnac@usmc.mil
(jean.wagnac@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: PLEASE ENSURE THAT YOU READ THIS DOCUMENT IN ITS ENTIRETY PRIOR TO SUBMITTING YOUR QUOTE. WHEN SUBMITTING YOUR QUOTE, ADDRESS ALL REQUIREMENTS LISTED BELOW. 1. STATEMENT OF OBJECTIVE: This requirement is for the acquisition of MOBI Mats in support of CLB 26 2D MLG, Camp Lejeune, North Carolina. Required items and specifications are listed. The Government will only consider items for evaluation of quotes that meet all requirements listed. Item 1: MOBI-MAT Qty 02 Kits, MFR DESCHAMPS, MFR P/N: 154058 (Ref 154203), Each kit is made of 1 MOBI-MAT roll type A2X Medium Grade Each roll is 13 ™8 wide x 33 ™ long (4, 20 m x 10 m) Weight lbs/roll 182 lbs - Kit includes all tools, accessories in attachment 1 and carrying boxes for storage and transportation of equipment. Item 2: MOBI-MAT Qty 02 Kits, MFR DESCHAMPS, MFR P/N: 154059 (ref 154205), Each kit is made of 1 MOBI-MAT roll type A2X Medium Grade Each roll is 13 ™8 wide x 66 ™ long (4, 20 m x 20 m) Weight lbs/roll 334 lbs - Kit includes all tools, accessories in Attachment 1 and carrying boxes for storage and transportation of equipment. 2. PROCUREMENT APPROACH: This procurement is being conducted under FAR part 8. The Contractor ™s quoted product description shall reflect the characteristics and level of quality that will satisfy the Government ™s need. A firm fixed price delivery order will be issued as the procurement instrument. It is the Government ™s intent to award on an œall or none basis  to satisfy this requirement. The manufacturer ™s name and part/model number provided in this RFQ are intended to describe equipment capable of satisfying the Government ™s requirement. The manufacturer name and part number are provided only to assist potential quoters in understanding the Government ™s requirement. The Government is not soliciting or suggesting a particular name brand and will consider quotes for products of the same design and quality as the product listed. 3. TECHNICAL COMPLIANCE. To ensure technical compliance with the requirements detailed in Statement of Objective above and attachment 1, quotes shall include: a.A complete and detailed description of proposed equipment including all available specifications, quoted manufacturer ™s name and part numbers. b.The Contractor shall provide all applicable literature, technical drawings, and item specifications. c.The Contractor shall provide all applicable terms of applicable warranties. 4. Delivery: The Government request delivery to Traffic Management Office (TMO), Camp Lejeune, NC 28542 within 45 days After Receipt of Order (ARO). Demonstration of products: A detailed demonstration is required for the products purchased to identify all the required uses and the proper fitting of the products. This demonstration will be conducted by the vendor or a vendor ™s representative, a date and time for this demonstration will set at the receipt of the required materials. 5. LOCATION. All required items are to be delivered to Traffic Management Office (TMO), 1119 Ash Street, Camp Lejeune, NC 28542 6. PRICING. All quotes submitted shall be the Contractor ™s Best Pricing. 7. Evaluation: Responses to this RFQ will be evaluated and an award will be based on: Lowest Price Technically Acceptable quote. 8. CLAUSES DEPARTMENT OF DEFENSE FEDERAL ACQUISITION REGULATIONS SUPPLEMENT (DFAR) CLAUSES: 252.203.7002 Requirement to inform employees of whistleblower Rights 252.204.7004 Alt A Alternate A, Central Contractor Registration 252.211.7003 Item Identification and Validation 252.212.7001 Contract terms and Conditions required 252.223-7006 Prohibition on Storage and disposal of Toxic/ hazardous Material 252.225-7002 Qualifying Country Sources as Subcontractors 252.232.7010 Levies on Contract Payment 252.243.7001 Pricing of Contract Modifications Wide Area Workflow: As a condition of receipt of the contract, the Contractor agrees to implement the Department of Defense (DoD) web based software application called Wide Area Workflow-Receipt and Acceptance (WAWF-RA). This allows for complete visibility throughout the acceptance and payment process. The website for registration is https://wawf.eb.mil. WAWF training can be accessed at http://wawftraining.com. Central Contractor Registration: Contractor must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUN/CCR website is: http://www.ccr.gov/. 9. Submission: This solicitation will only be posted to GSA e-Buy. Quotes shall be submitted by 11:00 A.M Eastern, Friday, Aug 26, 2011 to be considered for award. Quotes shall include the page(s) from the GSA contract that contains the GSA pricing for the required items and the commercial price list for the same items. Please submit quote via GSA e-Buy or email jean.wagnac@usmc.mil or facsimile Attn: Jean Wagnac (910) 451-7850. 10. POINT OF CONTACT. Jean Wagnac, Purchasing Agent, MCIEast Contracting. Email: jean.wagnac@usmc.mil Phone: (910) 451-7852, Fax: (910) 451-7850
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0239/listing.html)
 
Place of Performance
Address: Traffic Management Office 1119 Ash Street, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02531676-W 20110813/110812000538-bcd51ce8ad2921266567a729300dac26 (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.