SOLICITATION NOTICE
39 -- Combined Synopsis/Solicitation for a Pallet Rack System
- Notice Date
- 8/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- M62204 MARINE CORPS LOGISTICS BASE BARSTOW - RCO Barstow, CA
- ZIP Code
- 00000
- Solicitation Number
- M6220412R4004
- Response Due
- 8/24/2012
- Archive Date
- 9/8/2012
- Point of Contact
- Corinne Dorado 760-577-6389
- E-Mail Address
-
Corinne Dorado
(corinne.dorado@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 15, as applicable and 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 M62204-12-R-4004 is being issued as a Request for Proposal (RFP). The North American Classification System Code is 332312 and the small business size standard is 500. This acquisition is a 100% small business set-aside. Marine Corps Logistics Base Barstow, California, has a requirement for a pallet rack system. See statement of work for salient characteristics. Only those that attend the site visit will be considered for award. The mandatory site visit is scheduled for August 8, 2012 at 9:00 A.M. PST. Please advise the Purchasing Agent, Corinne Dorado, email: corinne.dorado@usmc.mil of your intent to attend no later than August 7, 2012 at 3:00 P.M. PST. Attendees must obtain a vehicle pass at Pass & ID prior to the site visit. Contracting personnel will meet attendees at Pass & ID at 9:00 A.M. to be escorted to Bldg 625, Yermo Annex. The Government will award a contract resulting from this solicitation to the responsible business whose proposal conforms to the solicitation and will be most advantageous to the Government. The evaluation factors for this requirement shall be price, technical capability and past performance. 0001 Pallet Rack System Quantity, 1 Unit of Issue, Each 0002InstallationQuantity, 1Unit of Issue, Each FOB Destination is preferrable. The following FAR Clauses/Provisions apply: 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; 52.204-7, Central Contractor Registration; 52.211-17, Delivery of Excess Quantities; 52.219-28, Post-Award Small Business Program Representation, 52.222-50, Combatting Trafficking in Persons; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.228-5, Insurance- Work on a Government Installation; 52.237-1, Site Visit; 52.242-15, Stop-Work Order; 52.246-4, Inspection of Service- Fixed Price; 52.247-34, FOB Destination; 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 Representation; 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 Handicapped Workers; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act- Price Adjustment; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; and 52.225-13, Restriction on Certain Foreign Purchases); 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Alt I, Item Identification and Valuation, Alt I; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7001, Prohibition On Persons Convicted of Fraud or Other Defense-Contract- Related Felonies; 252.204-7004 Alt A, Central Contractor Registration Alternate A; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions). Respondents to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The respondent 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. Respondents are required to be registered in Wide-Area Work Flow (W AWF) and can self-register for WAWF at https://wawf.eb.mil. If a change occurs in this requirement, only those respondents that reply to this announcement within the required time frame will be provided any changes/amendments and considered for award. This provision applies to both quotations and proposals; if this is a request for quotations, where the term śproposal ť is used, the term śquotation ť is hereby substituted. In accordance with FAR 52.212-1(f), proposals are due at 10:00 a.m. local time for the receiving office (Pacific time). Electronic submission of proposals is encouraged. In accordance with FAR 4.302(b), if electronic submission is not used, offerors shall use at least 30 percent postconsumer fiber paper and print or copy double-sided (or include an explanation concerning why it is not possible to print or copy double-sided). Proposals may be submitted as follows on or before August 24, 2012 at 10:00 A.M. PST. ELECTRONIC MAIL (EMAIL): Corinne.dorado@usmc.mil MAIL: Commanding Officer (B180) Contracting and Purchasing Division Box 110194 Barstow, CA 92311-5050 HAND DELIVERY: MCLB Barstow Contracting Office Attn: Corinne Dorado Bldg. 204 Barstow, CA 92055 FAX: 760-577-6174 For proposals delivered by hand, offerors are advised that entry to the installation is restricted, and offerors are directed to familiarize themselves with the entry control location and process. Entry processing time is unpredictable and can be lengthy. The addressee indicated above may be able to facilitate entry processing, but is not required to do so, and inability to gain access shall not excuse late delivery. If proposals are submitted in different formats requiring different delivery methods, the proposal of record shall be the last complete version received prior to the deadline. For email proposals, the Government office designated for receipt of the proposal is the email inbox of the addressee indicated above. Notwithstanding the provisions at FAR 52.212-1(f) or FAR 52.215-1(c)(3), delivery is not accomplished until the addressee can open the email; delivery to a server or an email inbox on a server is not considered delivery to the designated Government office and the quotation is not under the Government ™s control until the addressee can open the email. The email shall not be considered to be delivered unless the entire content of the email and all attachments can be read by the addressee indicated above. Receipt of an electronic acknowledgment from the addressee establishes that a record was received but does not establish that the content sent corresponds to the content received. Email attachments are limited to no more than 2MB. Offerors are specifically warned that email may be subjected to spam filters or attachment stripping. All transmissions must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt. Attention is directed to FAR 52.212-1(f), concerning late submissions. Offerors are responsible for allowing adequate time for transmission to be completed. The offeror bears the risk of non-receipt of transmissions, and should ensure that all pages of the proposal (and any authorized modifications) have been received by the designated office before the deadline indicated. Pages of a transmission that arrive after the deadline will not be considered. The Government may make award based solely on the proposal received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62204/M6220412R4004/listing.html)
- Record
- SN02826759-W 20120805/120803235728-e96efb48413838c20fdff0e0b29c9633 (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 |