Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

78 -- Child Development Center Toys - Package #1

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451120 — Hobby, Toy, and Game Stores
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
 
ZIP Code
28547-8368
 
Solicitation Number
M67001-12-Q-0331
 
Archive Date
9/15/2012
 
Point of Contact
Patricia A. Madison, Phone: 9104511571, Thomas Kunish, Phone: 9104517844
 
E-Mail Address
patricia.madison@usmc.mil, Thomas.Kunish@usmc.mil
(patricia.madison@usmc.mil, Thomas.Kunish@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Environments Open Market PR List THIS IS A COMBINED/SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. All responsible sources may submit a response which, if timely received must be considered by the agency. The solicitation number M67001-12-Q-0331 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 and DCN 20100413. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 451120. The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: CLIN 0001 Child Development Center Toys. Quantity: 1 Lot. See Bill of Materials Quotes and technical specifications should be on separate documents. All responsible sources may submit a response which, if timely received, must be considered by the agency. Brand name or equal items accepted. Salient characteristics are provided. Product brand names and model numbers are supplied for reference only. Government will accept any equal product meeting the stated salient characteristics for each listed CLIN. All equal items quoted must include descriptive literature with detailed specifications. All items should include standard commercial warranty. The Government will award the contract to the quoter who submits the lowest price technically acceptable. Offerors are responsible for ensuring their submitted quote has been received and is legible. Submit quote, technical specifications, and any questions to thomas.kunish@usmc.mil. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-20 Prohibition of Segregated Facilities; 52.222-26 Affirmative Action for Workers with Disabilities; 52.232-33 Payment by Electronic Fund Transfer; 52.223-18 Contractor Texting; 52.211-6 Brand Name or Equal. The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 (Alt A.) Central Contractor Registration; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.204-7003 Control of Government Personnel Work Product ; 252.243-7001 Pricing of Contract Modifications. QUOTER SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter is required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters must be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. 1. STATEMENT OF OBJECTIVE. Contracting Department MCIEAST, Camp Lejeune, is issuing Request for Quote (RFQ) M67001-12-Q-0331, for the acquisition and delivery/installation of toys and learning tools for the new Child Development Center for Camp Lejeune, NC. Please see Enclosure (1): Bill of Materials for the detailed list of toys/learning tools per room and associated salient characteristics. ITEM NO SUPPLIES/SERVICE QTY UNIT UNIT PRICE AMOUNT 0001 Furnishing CDC Rooms 1 Lot 2. PROCUREMENTAPPROACH. This is a "BRAND NAME OR EQUAL" procurement. The manufacturer's name and part/model number have been provided in Evaluation section of this document to describe equipment deemed minimally capable of satisfying the Government's requirement. The manufacturer name and part number are provided only to assist potential vendors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider quotes for any brand that fulfills or exceeds the Government's need. The Contractor's quoted product description shall reflect the characteristics and level of quality that will satisfy the Government's needs. Partial quotes shall be accepted. The contractor shall provide pricing that includes delivery, unwrapping, and placement of all items (listed on the bill of materials) to the location identified in paragraph 4. 3. DELIVERY. The Government requires delivery prior to September 30, 2012. The Contractor shall clearly state in their quote whether the Government's required delivery date can be met. 4. LOCATION. All items will be delivered to: Child Development Center Bldg BB-353 Camp Lejeune, NC 28542 5. PRICING. All quotes submitted shall be the Contractor's Best Pricing, on an FOB destination basis. Pricing will include all cots of delivery, unwrapping and placement of toys in the location specified in paragraph 4. 6. EVALUATION. Responses to this RFQ will be evaluated and awarded based on the lowest price technically acceptable. Minimum Technical Requirements: The Contractor shall provide detailed specifications for any items representing an equal item. Salient characteristics are provided in the bill of materials. The brand name supplied for reference in this solicitation is Environments unless otherwise noted. Include product literature, pictures, and de scription of all quoted items. Clearly state whether the vendor can meet the required delivery of September 30, 2012 Include the Contractor's warranty information for each item. 7. Special Instructions: The contractor shall provide pricing for all line items on the Bill of Materials provided as an enclosure. Arrange Pre-Installation meeting(s) with a Base Property (Government) representative within (3) business days of c ontractor award, prior to installation of any furnishings. Purpose of this meeting is to coordinate delivery/installation schedules and unwrapping/placement procedures. Delivery shall be coordinated with Base Property (Government) representative. Request delivery notification a minimum of one week prior to delivery/installation. The successful offeror shall provide a Project Manager to oversee delivery and installation of all items on Enclosure 1 "Bill of Materials". The Project Manager shall have authority to represent the company to coordinate all services and issues through the Contracting and Base Property Offices. All work shall be conducted during the normal operating hours listed above. Installation shall be coordinated with Base Property (Government) representative. Building is one (1) floor, ground load to twenty-five Child Care Rooms. Items shall meet or exceed the requirements in the current Unified Facilities Criteria (UFC) 4-470-14 for Child Development Centers (Sec 2-20.1.) and shall be unpacked and installed following the manufacturer, UFC, and Base guidelines. If any items are found inoperable, they shall be replaced. Notify a Dave Cook, Base Property Representative, immediately if any issues and/or damages are found within the building during the installation process. Any deviations or modifications will need to be brought to the attention of the Base Property Officer/Director, Supply Management Division and may only be approved by the Contracting Officer via a signed modification on a Standard Form 30 (SF30). Contractor is responsible for removal of all packing materials and debris from delivery and installation to include drill dust and foot traffic (e.g. dirt, sand, mud, grass, water). The contractor shall be required to clean-up/remove from sheds all plastics, tape, card board packaging, zip ties, and Styrofoam. Once a week (maximum), debris may be taken to the Materials Recycling Facility (MRF)/Landfill located on Piney Green Road (materials must be sorted as cardboard, plastic, and wood). Driver shall have a copy of the contract and placard provided by Base Property to enter the site. Contractor shall be responsible for all damages to buildings or surrounding areas (including lawns) when moving or installing furnishings. Damages shall be repaired and installed by contractor at contractor's expense before final invoicing. Contractor shall be responsible for ensuring all storage containers maintained on the job site are locked. Parking of equipment and vehicles shall be in designated areas or in authorized parking lots (normally not on the grass or lawn). No Government Storage Capability will be provided. Contractor shall provide all necessary material handling equipment and tools required to support this requirement to include non-marking, rubber-wheeled hand trucks, dollies, and carts. Contractor shall be responsible for securing all material handling equipment. The Government will not be liable for any stolen or damaged property that is left unsecured by the Contractor. 8. 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 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://www.wawftraining.com. 9. SUBMISSSION. This solicitation will only be posted to FedBizOpps. Questions shall be received by the Contracting Department via email no later than August 24, 2012 at 1 p.m. EST. Please provide the RFQ number in the subject line. Quotes shall be received by the Contracting Department, by August 31, 2012 at 1 p.m. EST, to be considered for award. Please submit quotes via email. Point of contact can be reached by email Thomas.Kunish@usmc.mil or phone (910) 451-7844. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. 10. POINT OF CONTACT. The Contract Specialist and P.O.C. for this requirement is Sgt Thomas Kunish and may be reached via email at Thomas.Kunish@usmc.mil or by phone at 910-451-7844 and Curtis Tucker, Curtis.tucker@usmc.mil and 910-451-1467.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-12-Q-0331/listing.html)
 
Place of Performance
Address: Child Development Center, Bldg BB-353, Camp Lejeune, NC 28542, Camp Lejeune, North Carolina, 28540, United States
Zip Code: 28540
 
Record
SN02847248-W 20120822/120821000204-9b73dacc4634978c3b41c19431d9d227 (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.