Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2014 FBO #4456
SOLICITATION NOTICE

39 -- Telehandler - PWS

Notice Date
2/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, United States Marine Corps, Chemical Biological Incident Response Force (CBIRF), Naval Surface Warfare Center, 101 Strauss Ave, Bldg 901, Indian Head, Maryland, 20640-5035, United States
 
ZIP Code
20640-5035
 
Solicitation Number
M2036414R0001
 
Archive Date
9/30/2014
 
Point of Contact
Anthony Islas, Phone: 3237441087, Nicholas Bailey, Phone: 3017442094
 
E-Mail Address
anthony.islas@usmc.mil, nicholas.bailey@usmc.mil
(anthony.islas@usmc.mil, nicholas.bailey@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP PWS 1) This is a combined synopsis/solicitation for commercial training services 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 M20364-14-R-0001 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 and the Defense Federal Acquisition Supplement (DFARS), current to DPN 20140129. The North American Industry Classification System (NAICS) Code is 532412 and the small business size standard is 7.0 Mil. 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 solicitation and performance work statement for further details of the requirement. 2) List of Equipment Requested: (see attached solicitation and Performance Work Statement for detailed CLIN information) CLIN 0001: FORKLIFT, 12000 LB. 54', TELESCOPING CLIN 0002: FORKLIFT, 8' PLATFORM CLIN 0003: FORKLIFT BUCKET, 2 CUBIC YARDS CLIN 0004: ATTACHMENT, SLING MOUNT, 12000 LB. XTREME CLIN 0005: ATTACHMENT, 8000 LB. SWING CARRIAGE CLIN 0006: ATTACHMENT, HYDRAULIC ADJUSTIBLE CARRIAGE (FORK SLIDER) CLIN 0007: DELIVERY TO DRTF CLIN 0008: PICK-UP FROM DRTF 3) Clauses/Provisions: (see http://farsite.hill.af.mil) The following FAR Clauses/Provisions apply: 52.202-1 Definitions. 52.203-7 Anti-Kickback Procedures. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights. 52.212-4 Contract Terms and Conditions -- Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.233-2 Service of Protest. 52.233-3 Protest after Award. The following DFAR Clauses apply: 252.201-7000 Contracting Officer's Representative. 252.204-7004 Alternate A, System for Award Management. 252.211-7003 Item Identification and Valuation. 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 proposal. 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 Central Contractor Registration to submit proposals and be eligible for award (NO EXCEPTIONS). 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) Proposals for this request may be submitted electronically to SSgt Nicholas Bailey at nicholas.bailey@usmc.mil; faxed to 301-744-2018; or sent via regular mail to the CBIRF Contracting Office, Attn: SSgt Nicholas Bailey, 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 15 February 2014 at 12:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M20364/M2036414R0001/listing.html)
 
Place of Performance
Address: Chemical Biological Incident Response Force, Downey Responder Training Facility (Building 2083, Indian Head Naval Surface Warfare Center, Stump Neck Annex, Indian Head, MD, 20640, US, Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN03279749-W 20140205/140203234223-d37db75da950acafd2c3586a80e53d46 (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.