Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2001 PSA #2933
SOLICITATIONS

54 -- MILITARY COMMAND POST TENT

Notice Date
September 7, 2001
Contracting Office
Contracting Division, P O Box 8368, Marine Corps Base, Camp Lejeune, NC 28547-8368
ZIP Code
28547-8368
Solicitation Number
M6700101Q0045
Response Due
September 18, 2001
Point of Contact
Maj Braney (910) 451-7842, GySgt Scott (910) 451-1571
E-Mail Address
Maj Braney, Regional Contracting Officer (braneyrc@lejeune.usmc.mil)
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for proposal (RFQ) and the solicitation number is M6700101Q0045. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. The proposed acquisition is a small business set-aside. The standard industrial classification (SIC) code for this requirement is 2394 and the small business size standard is 500 employees. The United States Marine Corps, Camp Lejeune, NC intends to make an award to the contractor for one (1) Military Command Post Tent who meets the specifications as outlined below. Item #0001: One (1) lot consisting of the tarpaulin (approx 24 feet in length, approx21 feet in width and approx 7 feet in height), floor panels and framework, liner, solar shield and training for assembly. Tarpaulin. The external tarpaulin will be two colored turnable. One side will be olive drab and the other side will be white (i.e., outside is olive drab and the inside is white). Tarpaulin material will be coated to withstand extreme elements of weather for long durations of time. Climates will range from 25 F to 150 F. The tent will also be able to withstand winds up to 75mph. External doors must be lockable by either buttons or zipper. Windows of tarpaulin will be insect resistant mesh, a flap for darkening and a flap of poly glass. The tent itself will also have additional cut outs for heating and ventilation. The tent itself will have overlapping parts to ensure light does not escape during hours of darkness as well as to prevent dust or other elements of weather to penetrate. A two-color awning will also be provided for additional insulation. Packaging bags will be provided for storage of tarpaulin to protect against dirt and elements of weather. The tent will have no loose parts. Assembly of tent and all components will require no tools or ladders or prior knowledge of user. Tent and all components will require no maintenance or operating costs. Assembly of the Tent and all components should require no more than four persons in a time of one hour. Liner. The liner will be made of a material to ensure that condensation does not gather on the inside portions of tent or liner. The combination of liner and tarpaulin used together will provide for excellent insulation from the elements of weather. The liner will also have closable windows. Frame and insulated floor. Frame will be made of a lightweight, flame resistant material capable of supporting tarpaulin in all elements of extreme weather. All framework and fittings will be corrosion resistant. Framework will be able to stand freely without the assistance of tarpaulin. Framework will be able to be used directly on ground or using floor plates. Floor plates will be made of a lightweight and durable material capable of being interlocked without tools or other material. Floor plates will be capable of sustaining a minimum pressure of 1800 lbs per square yard. Floor plates will have a skid resistant treatment on one side and a smooth surface on the other side. Floor plates will be capable of locking to frame to ensure no movement of plates. Solar Shield. A two-color awning will also be provided for additional insulation. Training. The awardee will provide on site training to the requesting activity on how to assemble and disassemble the tent and components. Additionally, the awardee will provide on site training on preventive maintenance to maintain the tent and components. Freight. Delivery of tent and all components will by 10 Oct 01. FOB destination to Freight Traffic Branch, Marine Corps Base, Camp Lejeune, NC 28542. Quotes other than FOB destination will be rejected. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition FAR 52.212-1 Instructions to Offers Commercial Items FAR 52.212-2 Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; superiority of construction materials, ease of assembly and past performance. These evaluation factors when combined will be evaluated as significantly more important than price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items. "Offeror shall provide completed copies of FAR 52.212-3 and DFARS 252.225-7000 with their quote." The offeror is required to provide their contractor's DUNS number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code must be for that name and address provided by the contractor. DFARS 252.204-7004 Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR Regional Assistance Center (888) 227-2433 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. Offerors responding to this announcement shall submit descriptive literature with quotation in accordance with FAR 52.212-1. Also submit descriptive literature with quotation and past performance information of at least one concern giving name, address and telephone number. The closing date for this solicitation is 18 Sept 01 by 2:00pm. Submit offers to Contracting Division, PO Box 8368, Marine Corps Base, Camp Lejeune, NC or FAX to 910-451-2193. Email Address: braneyrc@lejeune.usmc.mil
Record
Loren Data Corp. 20010911/54SOL004.HTM (W-250 SN50X0I4)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on September 7, 2001 by Loren Data Corp. -- info@ld.com