Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

45 -- REFUSE CONTAINERS

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
M00146 MARINE CORP AIR STATION CHERRY POINT Supply Directorate Contracting Department Bldg 159 PSC Box 8018 Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014612Q3435
 
Response Due
9/10/2012
 
Archive Date
9/25/2012
 
Point of Contact
JAYNE BELL 252-466-5317
 
Small Business Set-Aside
Total Small Business
 
Description
The Facilities Development, Marine Corps Air Station, Cherry Point, NC has a requirement for Refuse Containers. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-12-Q-3435 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and DPN 20120724. This acquisition is 100% set-aside for small business. The North American Industry Classification System code 332439, with a small business size standard 500 of employees. This requirement is for a firm fixed priced contract for the following item: Item 0001 “ 72 each - 8 Cube Yard Front Load Refuse Container, with plastic lid, primed and painted one color standard enamel dark brown, the inside shall have a rust inhibiting coating, at a minimum the walls shall be 12 gage, the floor shall be 10 gage and the sleeves shall be 7 gage. Contractor shall not stack refuse containers inside each other during shipping. Delivery requirements are 6 weeks after receipt of order or sooner. Containers shall be delivered to Marine Corps Air Station, Cherry Point, NC. 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: Award shall be made to the lowest priced, technically acceptable, responsible offeror, whose offer conforms to the solicitation, and who demonstrates acceptable past performance FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: 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 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, DFAR 252.204-7003, Control Of Government Personnel Work Product, DFAR 252.204-7004-Alt A, Central Contractor Registration Alternate A, DFAR 252.204-7008, Export-Controlled Items, DFAR 252.211-7003 Alt 1 Item Identification and Valuation DFAR 252.225-7002, Qualifying Country Sources As Subcontractors, DFAR 252.232-7010, Levies on Contract Payments, DFAR 252.243-7001, Pricing of Contract Modifications. 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 Subcontractor Award, 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations, 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, 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, 252.225-7036 Alt 1, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:00 p.m., Eastern Standard Time, 10 Sep 2012. Point of Contact: Jayne Bell, Purchasing Agent, Phone 252-466-5317, Fax 252-466-8227, Email jayne.bell@usmc.mil. You may Email or fax your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014612Q3435/listing.html)
 
Record
SN02856729-W 20120829/120828000223-b76610d523096ff0fcb4bbb2b6309ddb (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.