SOLICITATION NOTICE
42 -- This requirement is for the inspection, testing, certification, and repair of fire service ground and aerial ladders for Camp Pendleton Fire and Emergency Services.
- Notice Date
- 8/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068112T0132
- Response Due
- 8/27/2012
- Archive Date
- 9/11/2012
- Point of Contact
- SSgt Rodriguez 760-725-8136
- E-Mail Address
-
jorge.r.rodriguez@usmc.mil
(jorge.r.rodriguez@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, 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-T-0132 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 2005-60 and the Defense Federal Acquisition Supplement, current to DPN 20120724. This acquisition is set-aside 100% for small businesses. Offers received from concerns that are not registered in the Central Contractor Registration (CCR) as a small business concern under 541990 and the small business size standard is $ 7,000,000. This requirement is for the inspection, testing, certification, and repair of fire service ground and aerial ladders for Camp Pendleton Fire and Emergency Services. See attached Statement of Work for requirement details. Evaluation: The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and provides the best value to the Government. The Government reserves the right to make award solely on initial quotes received. The following factors shall be used to evaluate quotes: 1. Adherence to the provided Statement of Work 2. Price 3. Performance Submission of Quotes Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The quoter 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. 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. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in this solicitation. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail, email, or facsimile to the following: Mail to: Camp Pendleton Regional Contracting Office Attn: Jorge Rodriguez P.O. Box 1609 Oceanside, CA 92055-1609 Email to: jorge.r.rodriguez@usmc.mil Faxed to: 760-725-4346 OR Hand carried to: Regional Contracting Office Bldg 22180 MCB Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 28 Aug 2012, at 08:00 a.m. Pacific Standard Time. The following FAR Clauses/Provisions apply: 52.204-7, Central Contractor Registration. 25.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors “Commercial Items. 52.212-2, Evaluation-Commercial Items. 52.212-3 Alt. I, 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 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. 52.223-18, Encouraging Contractor Policies 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.). 52.219-1 Alt. I, Small Business Program Representations. 52.247-29 F.O.B. Origin or 52.247-34 F.O.B Destination Evaluation 52.252-2, Clauses Incorporated by Reference. The following DFAR Clauses apply: PGI 217.7701 Over and Above Work 252.204-7004 Alt A, Central Contractor Registration. 252.211-7003 Alt. I, 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 252.203-7000, 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 Alt. III, Transportation of Supplies by Sea.). Point of Contact Jorge Rodriguez, Contract Specialist, Phone 760-725-8136, Fax 760-725-4346, email jorge.r.rodriguez@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0132/listing.html)
- Record
- SN02849663-W 20120824/120822235825-10655efca56e78fa647bfc22c8db3afe (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 |