Federal Bid

Last Updated on 05 May 2009 at 8 AM
Combined Synopsis/Solicitation
Camp lejeune North carolina

73--Tableware

Solicitation ID M6700109Q0134
Posted Date 14 Apr 2009 at 7 PM
Archive Date 05 May 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Camp lejeune North carolina United states 28542
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700109Q0134 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 326199 and the small business size standard is 500 employees. All Products requested are Brand Name or Equal. Salient Characteristics are Mel-A-Max, reinforced Melamine, Color: Bone with an Earth tone trim. Line Item #0001: 9in Dinner Plate, Halsey Inc P/N 9XP-BT/TE, QTY 168. Line Item #0002: 16oz Rimmed eating bowl, Halsey Inc P/N 16 ! RB-BTE, QTY 168. Line Item #0003: 6.5in dinner plate, Halsey Inc P/N 7XP-BTE, QTY 168. Line Item #0004: 5oz rimmed eating bowl, Halsey Inc P/N 5 RB-BTE ,QTY 150. This request is in support of Base Food Services Camp Lejeune, North Carolina. All quotes must be FOB Destination. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic ! Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic! Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website:http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Of! ferors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The contract will be awarded to the lowest price technically acceptable. The closing date for this solicitation is 20 April 2009, at 1200 hr (12:00 pm EST). Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to [email protected] or fax to (910) 451-2193.
Bid Protests Not Available

Similar Past Bids

Taylor Pennsylvania 21 Jan 2011 at 2 PM
Location Unknown 25 Jun 2002 at 5 AM
Federal way Washington 08 Jul 2013 at 9 PM
Location Unknown 29 Sep 2020 at 4 AM
Location Unknown 13 Jul 2016 at 8 PM

Similar Opportunities

Port orchard Washington 10 Jul 2025 at 11 PM
Philadelphia Pennsylvania 10 Jul 2025 at 7 PM
saint albans Vermont 01 Aug 2025 at 2 AM
Location Unknown 12 Feb 2026 at 5 AM (estimated)