Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2012 FBO #3827
SOLICITATION NOTICE

81 -- 8 Cubic Yard Front End Loading Cardboard Dumpster

Notice Date
5/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0196
 
Response Due
5/23/2012
 
Archive Date
11/6/2012
 
Point of Contact
Waymon Gardner 9104499747
 
E-Mail Address
waymon.gardner@usmc.mil
(waymon.gardner@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, as supplemented with additional information included in this notice. The Marine Corps Installations East (MCIEAST) Contracting Department at Camp Lejuene, NC has a requirement for 90 each, 8 Cubic Yard Front End Loading, Cardboard Dumpsters. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M67001-12-Q-0196 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 and Defense Acquisition Circular DPN 20120420. This acquisition is 100% set aside for small business concerns. The North American Industry Classification System code 332439 with a small business size standard of 500 employees. A firm fixed priced contract type is anticipated. Description/Technical Specifications CLIN 0001 “ 8 Cubic Yard Front End Loading Cardboard Dumpsters (Quantity 90) The contractor shall provide 8-cubic-yard cardboard dumpsters based on the following requirements: General Specifications: 71  wide x 72  deep x 81  high Dumpsters shall be compatible with industry standard front end loading garbage/recycling vehicles. Material Specifications: Walls.127  min. thickness,.25  max thickness; HR-10 gauge steel Sleeve/Gussets.175  min. thickness,.25 max thickness; HR-7 gauge steel 4 Ό  x 9  x 30  with non step cover Bumper pads.175  min thickness.25 max thickness; HR steel Lid Hinges1 ½  x 2 ½  x Ό  A36 (5 per dumpster, with nickel plated lid hinge rods) LidsDouble Wall CSI (plastic) Floor.127  min thickness,.25  max thickness; with 6  lip A606-4 (COR-TEN © steel) Drain Flange1 ½  threaded flange Floor Channel3  x 6  x 4.1# or Ό , A36 (5 each) Doublers6  x 6  A606-A (COR-TEN © steel) 5 plates per dumpster, making floor Ό  thick where feet are placed Side DoorsContainers shall have steel side doors that are welded shut or have solid sides with no doors or side holes Door Channel Ό  thick for top and bottom rails, if welded shut doors exist Front top header channel3  x 4.1# or Ό , A36 Left and right top rail3  x 2  x Ό  A36 Back hinge rail3  x 2  x Ό  A36 Cardboard Mail Slot5 Ό  x 59 Ό  opening on the front of each dumpster with the 59 Ό  measurement oriented horizontally. Top of slot shall be no less than 9  and no more than 10 ½  from top, steel edge of dumpster. *Top rear of dumpster can be slanted for 58  lids to fit or must have a 10 gauge steel lid bridge. *Bottom front of dumpster can be slanted. Definitions: 4.1# = 4.1 pounds weight per foot A36 = HOT ROLL STEEL HR = HOT ROLL Containers shall be primed inside and outside. Exterior shall be painted green using enamel paint. Upon delivery the service provider shall supply a certificate of authenticity for the A606-4 COR-TEN © doublers, floor, and 6  floor lip. The delivery inspection and acceptance requirements is FOB destination. Delivery shall be to Marine Corps Installations East, Camp Lejeune, NC 28547. Delivery required within 45 days after 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: 1.Basis of Award. The Government will award a delivery order resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation, is the lowest price technically acceptable (LPTA) quote, and who demonstrates acceptable past performance, considering the following factors: A. Technical Subfactors: (1) Meet salient characteristics (2) Delivery B. Past Performance C. Price 2.Pricing. All quotes submitted shall be the Contractor ™s best quote. It is the Government ™s intent to award without discussions. The Government reserves the right to conduct discussions if later determined to be in the best interest of the Government. 3.QUOTER INSTRUCTIONS INSTRUCTIONS FOR THE PREPARATION OF QUOTES. The vendors quote shall include Technical Specification Information, Delivery Information, Past Performance Information, a Price Quote, and completed Representations and Certifications in accordance with the solicitation and the following instructions: a) Technical Specification. For this procurement, vendors shall provide information that demonstrates how the offered product meets or exceed the minimum technical requirements as stated in the Purchase Description. The vendor shall also provide delivery dates for the completely functional Standalone Mobile Container. b) Delivery: The required delivery date for this item shall be within 45 days after contract award. Contractor shall provide shipping costs and shipping timelines for both air and surface delivery to final destination within CLIN 0001, F.O.B. Destination to Installation and Environmental/Environmental Management, Camp LeJeune, NC. Delivery Address: AC S I AND E EMD, Building 982, Marine Corps Base PSC Box 20004, Camp LeJeune, N.C. 28542-0004, Point of Contact: Clinton Brown at clinton.m.brown@.usmc.mil or by phone (910)451-4214. c) Past Performance Information Instructions i) Vendors shall submit past performance information requested below as part of their quotation. ii) Vendors shall submit at least three (3) relevant past performance references to the Contracting Office with the submission of their quote. Deadline for receipt of past performance information is the same as the deadline for the receipt of the entire quote. Failure to provide the requested information will render the quote incomplete and it will not be evaluated. If a vendor has no relevant past performance history, the vendor must affirmatively state that it possesses no relevant past performance history. Vendors with no relevant past performance history will be evaluated neither favorably nor unfavorably on past performance. iii) Relevant past performance is defined as performance on contracts of similar size, scope and/or complexity as this requirement performed within the past three (3) years. For the purpose of this RFQ, œsimilar in scope  means delivery of similar type and quantity of products to those required by this RFQ. Reference information shall include agency or company name, contract number(s) if applicable, point of contact information (to include email and phone number), brief description of the work performed or supplies provided, and contract dollar amount. 4.WIDE AREA WORKFLOW: As a condition of receipt of this 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 application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically, and allows of complete visibility throughout the acceptance and payment process. The Website for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR). For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 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. DFAR 252.211-7003, Alt 1, Item Identification and Valuation. FAR 52.246-2 Inspection of Supplies “ Fixed “ price. DFAR 252.225-7002, Qualifying Country Sources 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil (End of clause) 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, 52.219-28, 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, 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 and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. SUBMITTAL REQUIREMENTS All quotes shall be received no later than 3:00 p.m., EST, 23 May 2012. Via Email or fax your quote to Point of Contact: Waymon Gardner, Contract Specialist, Phone 910.449.9747 Fax 910.4451.2331, Email waymon.gardner@usmc.mil. Quote sent via the US Postal Service should be mailed to: Marine Corps Installations East Contracting Department Attn: Waymon Gardner, Building 1116, Louis Road Camp LeJeune, NC 28547-8368.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0196/listing.html)
 
Record
SN02748783-W 20120517/120516000334-5c2840ca78770d8e02351f525b65c2a1 (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.