SOLICITATION NOTICE
73 -- Mini Refrigerators
- Notice Date
- 5/8/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Regional Contracting Office MCIWest-MCB Box 555027, Camp Pendleton, CA 92055
- ZIP Code
- 92055
- Solicitation Number
- M02203-15-SU-LL001
- Response Due
- 5/13/2015
- Archive Date
- 11/9/2015
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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.The solicitation number is M02203-15-SU-LL001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-81. The associated North American Industrial Classification System (NAICS) code for this procurement is 335222 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-05-13 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be san Diego, CA 92145 The USMC - Camp Pendleton requires the following items, Brand Name or Equal, to the following: LI 001: CURTIS - IGLOO 3.2 CU FT MINI FRIDGE BK, 120, EA; LI 002: SHIPPING, 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USMC - Camp Pendleton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. USMC - Camp Pendleton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. System for Award Management Contract Terms and Conditions- Commercial Items F.O.B. Destination Requirement to Inform Employees of Whistleblower Rights Levies on Contract Payments Pricing of Contract Modifications Notice of Total Small Business Aside Notice of Set Aside of Orders Post-Award Small Business Program Rerepresentation Convict Labor Child Labor---Cooperation with Authorities and Remedies. Prohibition of Segregated Facilities Equal Employment Opportunity Energy Efficiency in Energy-Consuming Products Encouraging Contractor Policies to BanText Messaging While Driving Restrictions on Certain Foreign Purchases. Payment by Electronic Funds Transfer - System for Award Management Requirements Relating to Compensation of Former DoD Officials Alternative Line Item Structure Item Identification and Valuation Notice of Intent to Resolicit Buy American and Balance of Payments Program Trade Agreements Certificate Prohibition of Hexavalent Chromium Brand Name or Equal Addendum to 52.212-1 Instructions to Offerors- Commercial Items. The Government will solicit and award this contract using acquisition procedures in accordance with FAR Part 13 and FAR Part 12. As a result of this authority, certain requirements for soliciting, awarding, and notifying quoters are streamlined. In accordance with FAR 12.102(c), when a policy in another part is inconsistent with FAR Part 12, Part 12 shall take precedence. This is a request for quotation. Responses to this solicitation are considered quotations and not offers. In those instances where the words offer, offeror, and proposal are used, the reader should understand that the use of such words does not change the nature of this request for quotation. The resulting award will be a Firm Fixed Type (FFP) Contract for Mini Refrigerators for Marine Corps Air Station Miramar. 1.PERIOD OF ACCEPTANCE OF OFFERORS: The pricing terms and conditions of the quotes should be valid for 90 days unless stated otherwise in the quote. 2.REQUIRED CONTENT OF QUOTE: Contractor submitted quotes that fail to provide all required information due to a transmission error may be rejected as non-responsive. Offerors must submit a COMPLETE QUOTE addressing (a) (b) and (c) as follows: a)Price: Enter a quoted price within FEDBID. b)Complete Attachment 1 (M02203-15-SU-LL001). c)Technical Acceptability: ?Technical Acceptability is defined in accordance to FAR 52.211-6, Brand Name or Equal. This requirement is for brand name or equal products. If quoting equal items, quoters shall include the specifications and description of the quoted items and how they adhere to salient characteristics. The quote must contain information that clearly addressed and demonstrates how equal items meet the listed salient characteristics provided above. ?Product Warranty Terms and Conditions: Provide the Manufacturer Product Warranty Terms and conditions for the product being requested. Incomplete submissions may not be considered. Evaluation- Commercial Items Basis of Award: The Government intends to make a single award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose submission conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate complete submissions: (i)Price (ii)Technical Acceptability Lowest Price Acceptable ? Awardee shall be the lowest evaluated price of quotes meeting or exceeding the non-price factors provided above. If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the award decision. The Government reserves the right to make award solely on initial quotes received. Offerors Representations and Certifications-Commercial Items. The Government intends on issuing a purchase order/delivery order to the offerer that represents the Lowest Price Technically Acceptable (LPTA). All proposals will first be evaluated for price. The lowest priced proposal will be evaluated for technical acceptability. If the lowest priced proposal is technically acceptable, no further technical evaluation will occur. If the lowest priced proposal is not technically acceptable, the second lowest priced proposal will be evaluated for technical acceptability. This process will continue until the lowest priced technically acceptable proposal is found. The following factors shall be used to evaluate proposals: adherence to the salient characteristics and delivery terms.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ed3d0f200e111481716b80fa9aa9b0eb)
- Place of Performance
- Address: san Diego, CA 92145
- Zip Code: 92145
- Zip Code: 92145
- Record
- SN03725511-W 20150510/150508235204-ed3d0f200e111481716b80fa9aa9b0eb (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 |