SOLICITATION NOTICE
58 -- VTC Installation
- Notice Date
- 8/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO
- ZIP Code
- 00000
- Solicitation Number
- M0068111T0202
- Response Due
- 8/31/2011
- Archive Date
- 9/15/2011
- Point of Contact
- Sgt. Sanchez R.F. 760-725-8127 Sgt. Sanchez R.F
- Small Business Set-Aside
- Total Small Business
- Description
- SUMMARY: 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 only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-11-T-0202 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 (FAC) 2005-53 and the Defense Federal Acquisition Supplement (DFARS), current to DCN 20110202. The North American Classification System Code is 334310 and the small business size standard is 750 employees. This acquisition is set-aside 100% for Small Businesses. Offers received from concerns that are not small business will be considered nonresponsive and will be rejected. The Government will award a contract resulting from this solicitation to the responsible business which provides the best value to the Government. Marine Corps Base (MCB) Camp Pendleton Air Station, HMMT-164, California, has a requirement for installation of Video Tele-Conferencing (VTC) equipment that will be utilized within the installation. Quotes and the required information must be received at this office on or before August 31, 2011 at 9:00 a.m. Pacific Standard Time. Line Item 0001: Installation of VTC Equipment See Statement of Work (attached) for clarification Site visit: A site visit will be scheduled for Monday, August 29, 2011 at 9:00 a.m. PST. Meeting location: Outside Bldg 23170E. Upon receipt of RSVPs for this site visit additional details will be provided to facilitate the site visit. A site visit is not required but recommended. All contractors interested in attending the site visit, must submit to the Contracting Office the name of the individual(s) and the company they represent. This information should be received via email no later than Friday, August 26, 2011 at 4:30 p.m. PST. Point of Contact: Sgt. Sanchez R.F. Contract Specialist Phone 760-725-8127 Email: ronald.sanchez@usmc.mil Submission of quotes: Quotes can be returned to the below listed address no later than the date and time specified. Quotes may be hand carried, submitted by mail through the U.S. Postal Service or sent via commercial courier service (FedEx UPS, Etc.) Emailed quotations will be accepted. The Government reserves the right to make award based solely on initial quotes received. Offerers bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. Solicitations shall be delivered to: Sent via U.S. Postal Service Regional Contracting Office Attn: Sgt. Sanchez R.F. PO Box 1609 Oceanside, CA 92051-1609 Hand Carried or sent via courier service Regional Contracting Office-Southwest Attn: Sgt. Sanchez R.F. Bldg 22180 Camp Pendleton, CA 92055 Contract Authority: The Government will solicit and award this contract using Simplified Acquisition Procedures, in accordance with FAR Part 13. As a result of this authority, certain requirements for soliciting, awarding and notifying offerors are streamlined. In accordance with FAR subpart 12.602 (a), when a policy in another part is inconsistent with FAR Part 12, Part 12 shall take precedence. Online Representations & Certifications Applications (ORCA): Offerors shall submit representations and certifications electronically at https://orca.bpn.gov/. Certification is required prior to submission of the offer. The quoter will provide their commercial and Government Entity (CAGE) code, contractor establishment code (DUNS number) and Tax Identification Number (TIN). 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 quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors “Commercial Items. If the items quoted by the vendor are not the same items on this solicitation, please submit details and specifications of the offered items. 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: 1.Price, 2. Technical specifications, 3. Warranty and 4. Delivery terms. 52.211-6, Brand Name or Equal. 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. 52.219-28, Post-Award Small Business Program Rerepresentation. 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. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Contractor Policy to Ban Text Messaging while Driving. 52.225-13, Restriction on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.232-1, Payments. 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003, 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 252.225-7001, Buy American Act and Balance of Payments Program. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068111T0202/listing.html)
- Place of Performance
- Address: HMMT-164 Bldg 23170E
- Zip Code: MCAS Camp Pendleton, Oceanside, CA
- Zip Code: MCAS Camp Pendleton, Oceanside, CA
- Record
- SN02546858-W 20110826/110824235233-1a64b34fd9b99df154bb380c0e541c62 (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 |