SOLICITATION NOTICE
42 -- 150LB WHEELED FIRE EXTINGUISHER
- Notice Date
- 3/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, -MCMWTC Bridgeport, Marine Corp Mountain Warfare Training Center, Bridgeport, California, 93517-9802, United States
- ZIP Code
- 93517-9802
- Solicitation Number
- M33610-14-T-0008
- Point of Contact
- Ariel Pena, Phone: 7609321544
- E-Mail Address
-
ariel.pena@usmc.mil
(ariel.pena@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 Federal Acquisition Regulation (FAR) Subpart 12.6, 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 M33610-14-T-0008 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 and Department of Defense FAR Supplement (DFARS) current to DPN 20140311. This is a Small Business set-aside. The North American Industry Classification System is 339999 (All Other Miscellaneous Manufacturing), and the small business size standard is 500 employees. The Marine Corps Mountain Warfare Training Center (MCMWTC), Bridgeport, CA has a requirement for the following: CLIN 0001: Amerex 600K Halon 1211 Wheeled Fire Extinguisher (or Equal). Unit of Issue: Each, Quantity: 1. Unit must be delivered with Halon 1211. To be considered equal, an item must have the following characteristics: 150lb capacity, 50 ft discharge hose, 30 ft discharge range. A firm-fixed price contract will be awarded using the Simplified Acquisition Procedures (SAP) described in FAR Part 13 to the contractor whose quote represents the Best Value to the Government. This determination will be made using the following factors: Price, Technical (the contractor's ability to meet the Government's requirement), and Delivery. Contractors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quotes, unless contractors certify that their ORCA information is up to date. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2011) The Following Clauses incorporated in 52.212-5 are also applicable: 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.203-7000 Requiremens Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7004 Central Contractor Registration Alternate A (Sep 2007) 252.225-7001 Buy American and Balance of Payment Program (Dec 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) The full text of the provisions and clauses incorportated here by reference can be found online at http://farsite.hill.af.mil, or by contacting the individual listed on this RFQ. In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com. Questions regarding this RFQ must be submitted via email to Staff Sergeant Pena at ariel.pena@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. PST on 21-Mar-2014. Quotations received after the due date and time will not be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M33610/M33610-14-T-0008/listing.html)
- Record
- SN03308769-W 20140314/140312234919-f5c61151ac103d9f3d5e4bec60b648fa (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 |