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

42 -- Cascade System

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
M20364 USMC CHEMICAL BIOLOGICAL INCIDENT RESPONSE FORCE 4th Marine Expeditionary Brigade (AT) NSWC, 101 Strauss Avenue, Bldg. 901 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
M2036412Q0007
 
Response Due
8/27/2012
 
Archive Date
9/11/2012
 
Point of Contact
SSgt Alfred LeDuc 301-744-2029 SSgt Alfred LeDuc alfred.leduc@usmc.mil
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
1) 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 M00681-12-Q-0007 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) 2005-60 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20120724. The North American Industry Classification System (NAICS) Code is 333912 and the small business size standard is 500 employees. This acquisition is set-aside 100% for Small Businesses. Quotes received from concerns that are not a small business shall be considered nonresponsive and will be rejected. See the attached document for further details of the requirement. 2) List of Items Requested: (see attached solicitation for detailed CLIN information) QtyItem 1Simple Air Compressor (AC0302341112) 1DOT 6000 psi Storage Cylinder (AR4404C4001) 1Revolveair Charge Station (AF21122210401) 1Installation 1Air Sample 4Oil, Andersol 500 1 GL 9102 (AB282104) 2Element, Coalescer and Dryer (AB62X10CA) 4Element, Filter 65AL (AB65X10CA) 2Element, Combination Filter 2Dump Valve Kit (AB2494K) 2Element Remote Intake (ABEO65387) 2Element Filter Pleted (AB281277) 4Quarterly Air Sample 12Onsite Labor Fee 3) Clauses/Provisions: (see http://farsite.hill.af.mil) The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 52.212-1, Instructions to Offerors “Commercial Items. 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: 1.Technical adherence, 2. Price, 3. Delivery terms. 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. 52.222-36, Affirmative Action for Handicapped Workers. 52.222-42, Statement of Equivalent Rates for Federal Hires. 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). 52.252-2, 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. 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). 4) Contractors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The contractor should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number (TIN). For information on registering with the CCR, visit https://www.bpn.gov/ccr/default.aspx Contractors are also required to be registered in Wide-Area Work Flow; contractors can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. 5) Quotations for this request may be submitted electronically to SSgt Alfred LeDuc at alfred.leduc@usmc.mil; faxed to 301-744-2018; or sent via regular mail to the CBIRF Contracting Office, Attn: SSgt Alfred LeDuc, 3399 Strauss Ave, Suite 219, Indian Head, MD 20640. Written, facsimile, or emailed quotes and required information must be received at this office on or before 27 August 2012 at 1:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M20002/M2036412Q0007/listing.html)
 
Place of Performance
Address: 521 Patterson Rd, Indian Head, MD
Zip Code: 20640
 
Record
SN02847271-W 20120822/120821000221-ffe6a3989c2e35d802495d9321289fbf (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.