SOLICITATION NOTICE
49 -- RUN FLAT TIRE CHANGER
- Notice Date
- 8/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
- ZIP Code
- 92051-1609
- Solicitation Number
- M00681-13-T-0093
- Archive Date
- 9/13/2013
- Point of Contact
- Tiffany Nelson, Phone: 7607253112, drew m rontti, Phone: 7607253236
- E-Mail Address
-
tiffany.nelson@usmc.mil, drew.rontti@usmc.mil
(tiffany.nelson@usmc.mil, drew.rontti@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a request for quote (RFQ) 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 RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 and the Defense Federal Acquisition Supplement, current to DPN 20130808. The North American Classification System Code is 336999 and the small business size standard is 500 employees. This acquisition is set-aside 100% for small businesses. Offers received from concerns that are not registered in the System Award for Management (SAM) as a small business concern under NAICS 336999 shall be considered non-responsive and will be rejected. Requirement: 11 TH Marine Regiment, Marine Corps Base Camp Pendleton, CA CLIN 0001: BM083-HDR Hutchinson VFI insertion Machine (brand name or equal to) Qty: 1 Salient Characteristics: •· Shall be capable of mounting and dismounting VFI, VP, PV, AND VL wheels. •· Shall be capable of mounting and dismounting wheel sizes no smaller than 15" and no larger than 25" •· Shall be new Shipping Address: (identified after award) Camp Pendleton, CA 92055 The provision 52.211-6 Brand Name or Equal from the Federal Acquisition Regularion (FAR) apply. (http://www.arnet.gov/far/) "Equal" items must meet the following salient, physical, functional, or performance characteristics of the brand name item in order to be acceptable for award. **Manufacturer's Brand Name, is for descriptive and informational purposes only to reflect the features essential to the minimum needs of the government. * Evaluation: The Government intends on issuing a firm fixed price purchase order to the offeror that represents the Lowest Price Technically Acceptable (LPTA). The following will be considered when determining the technical acceptability: The Government reserves the right to award no contract at all, depending on the quality of offers submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Submission of Quotes Quoters responding to this announcement must have an active registration in the System for Award Management (SAM) to be eligible for award (NO EXCEPTIONS). This includes providing all the information contained in 52.212-3, Offeror Representations and Certifications in their SAM profile. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. For information on registering in SAM, visit www.sam.gov. Quoters are required to be registered in Wide-Area Work Flow to submit invoices and receive payment, register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. considered for award. A quotation for this request shall be submitted via email or facsimile to the following: Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water-efficient, bio-based, environmentally preferable, non-ozone depleting, are made with recovered materials, or use renewable energy technologies. If products/services are not sustainable, but your company engages in sustainable practices, please describe them. Offerors bear the burden of ensuring that quotes (and any authorized ammendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The offeror bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Email to: tiffany.nelson@usmc.mil Faxed to: 760-725-3112 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 Aug 29th, 2013, at 11:30 a.m. Pacific Standard Time. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items, evaluation factors will be LPTA; 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; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Rerepresentations; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System Award for Management 52.219-1, Small Business Program Representations; 52.252-1, Solicitation Provisions Incorporated by Reference; http://farsite.hill.af.mil/farsite.html 52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil/farsite.html The following DFAR Clauses also apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A, System Award for Management 252.204-7008, Export-Controlled Items; 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 and Receiving Reports; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7006, Wide Area Workflow Payment Instructions: Pay Official DoDAAC: M11303 Admin DoDAAC: M00681 Issue By DoDAAC: M00681 Ship To Code: M11303 Service Acceptor: M11303 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; Point of Contact: Direct all questions regarding the RFQ to: Regional Contracting Office MCIWEST-MCB ATTN: Sgt Tiffany Nelson (tiffany.nelson@usmc.mil) BOX 555027 CAMP PENDLETON, CA 92055 Phone: 760-725-8453 tiffany.nelson@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-13-T-0093/listing.html)
- Record
- SN03158050-W 20130824/130822235124-7cd4bb8298e245db62429c8849019d21 (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 |