Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2013 FBO #4148
SOLICITATION NOTICE

25 -- Ford F-250 Truck Bed Caps

Notice Date
4/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
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
M2036413Q0004
 
Response Due
4/8/2013
 
Archive Date
4/23/2013
 
Point of Contact
GySgt Chatfield, Randall 301-744-2094
 
E-Mail Address
GySgt Randall Chatfield
(randall.chatfield@usmc.mil)
 
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 M20364-13-Q-0004 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) 2005-63 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20121212. The North American Industry Classification System (NAICS) Code is 423120 and the small business size standard is 100 employees. This RFQ is being issued as a 100% small business set-aside. 2) General Requirement(s): This RFQ is for commercial Ford F-250 Truck Caps and Installation, to be installed at the vendor ™s facility. All vehicles will be driven to and from the vendor ™s facility by the Government, utilizing their own operators. Due the this method of transportation, it is not considered feasible to transport the vehicles more than 25 miles, one way, to complete the installation; based on this, in order to be considered technically acceptable, the installation facility must be within a driving distance not to exceed 25 miles of Indian Head, MD 20640. List of Individual Items: (see attached document, entitled śM20364-13-Q-0004 - Commercial RFQ for CBIRF Truck Caps ť, for detailed descriptions and/or additional RFQ instructions/requirements) CLIN 0001: Truck Bed Caps for Ford F-250; Quantity of 12 General Truck Bed Cap Requirements: Fit a Ford F-250 crew cab long bed Height “ 29 inches Color “ Ford White Interior “ standard, two lights front and back Rear door “ double full, no windows Driver side door “ standard full length Passenger side door “ standard full length Driver and passenger side tool box “ standard tool box, single shelving, single light Lights “ 12 volt light, rocker switch No front window No ladder rack CLIN 0002: Complete Installation of CLIN 0001 at Vendor ™s Facility; Quantity of 12 Installation facility must be within a driving distance not to exceed 25 miles of Indian Head, MD 20640. 3) Clauses and Provisions: (see http://farsite.hill.af.mil/vffara.htm) FAR 52.203-3, Gratuities. 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.204-7, Central Contractor Registration. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-5, Certification Regarding Responsibility Matters. 52.209-7, Information Regarding Responsibility Matters. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors “Commercial Items. 52.212-2, Evaluation-Commercial Items. 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 52.222-3, 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. 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration). 52.252-1, Solicitation Provisions Incorporated by Reference. DFAR 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). Contractors must be registered in the System for Award Management (SAM) to be eligible for any resulting awards (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Contractors are also required to be registered in Wide-Area Work Flow (WAWF); contractors can self-register for WAWF at https://wawf.eb.mil. 5) Quotations for this request may be submitted electronically to GySgt Randall Chatfield at randall.chatfield@usmc.mil; faxed to (301) 744-2018; or sent via regular mail to the CBIRF Contracting Office, Attn: GySgt Randall Chatfield, 3399 Strauss Ave, STE 219, Indian Head, MD 20640. Written, facsimile, or emailed quotes and required information must be received at this office on or before 08 April 2013, by 9:00 a.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M20002/M2036413Q0004/listing.html)
 
Record
SN03025442-W 20130403/130401234542-a9e3407d5541d475c1ae39177e3ffe86 (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.