Point Of Contact Not Available
SUMMARY:
This is a combined synopsis/solicitation for commercial items 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 M00681-11-T-0206 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 and the Defense Federal Acquisition Supplement (DFARS), current to DCN 20110819. The North American Classification System Code is 339999 and the small business size standard is 500 employees.
This acquisition is set-aside 100% for Small Disadvantaged Businesses. Offers received from concerns that are not small Disadvantaged business will be considered nonresponsive and will be rejected. The Government will award a contract resulting from this solicitation to the responsible business which provides the best value to the Government. Marine Corps Base (MCB) Camp Pendleton Air Station, MALS 39, California, has a requirement for Helmet Covers for the HGU-84P helmet that will be utilized by flightline safety personnel. Quotes and the required information must be received at this office on or before August 31st, 2011 at 9:00 a.m. Pacific Standard Time.
Line Item 0001: Medium HGU-84P Helmet Covers
See Salient Characteristics (attached) for clarification
Line Item 0002: Large HGU-84P Helmet Covers
See Salient Characteristics (attached) for clarification
Line Item 0003: Extra Large HGU-84P Helmet Covers
See Salient Characteristics (attached) for clarification
Evaluation Factors
Adherance to salient characteristics
Price
Delivery terms
Point of Contact:
Sgt.
Rontti, D. M.
Contract Specialist
Phone 760-725-3112
Email:
[email protected]
Submission of quotes:
Quotes can be returned to the below listed address no later than the date and time specified. Quotes may be hand carried, submitted by mail through the U.S. Postal Service or sent via commercial courier service (FedEx UPS, Etc.) Emailed quotations will be accepted. The Government reserves the right to make award based solely on initial quotes received. Offerers bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. Solicitations shall be delivered to:
Sent via U.S.
Postal Service
Regional Contracting Office
Attn: Sgt. Rontti, Drew M.
PO Box 1609
Oceanside, CA 92051-1609
Hand Carried or sent via courier service
Regional Contracting Office-Southwest
Attn: Sgt. Rontti, D.M.
Bldg 22180
Camp Pendleton, CA 92055
Contract Authority:
The Government will solicit and award this contract using Simplified Acquisition Procedures, in accordance with FAR Part 13. As a result of this authority, certain requirements for soliciting, awarding and notifying offerors are streamlined. In accordance with FAR subpart 12.602 (a), when a policy in another part is inconsistent with FAR Part 12, Part 12 shall take precedence. FAR Provision 52.211-6 Brand name or equal requirement applies to this solicitation
Online Representations & Certifications Applications (ORCA):
Offerors shall submit representations and certifications electronically at https://orca.bpn.gov/.
Certification is required prior to submission of the offer.
The quoter will provide their commercial and Government Entity (CAGE) code, contractor establishment code (DUNS number) and Tax Identification Number (TIN). Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil . If a change occurs in this requirement, only quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award.
The following FAR Clauses/Provisions apply:
52.204-7, Central Contractor Registration.
52.212-1, Instructions to Offerorsââ¬âCommercial Items. If the items quoted by the vendor are not the same items on this solicitation, please submit details and specifications of the offered items.
52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes:
1.Price, 2. Technical specifications, 3. Warranty and 4. Delivery terms.
52.212-3, Offeror Representations and Certificationsââ¬âCommercial Items.
52.212-4 Contract Terms and Conditionsââ¬âCommercial Items.
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Ordersââ¬âCommercial Items (incorporating
52.219-24 Small Disadvantaged Business Participation Program
52.219-25 Small Disadvantaged Business Participation Program
52.219-28, Post-Award Small Business Program Rerepresentation.
52.222-3, Convict Labor.
52.222-19, Child Laborââ¬âCooperation with Authorities and Remedies.
52.222-21, Prohibition of Segregated Facilities.
52.222-26, Equal Opportunity.
52.223-15, Energy Efficiency in Energy-Consuming Products.
52.223-18, Contractor Policy to Ban Text Messaging while Driving.
52.225-13, Restriction on Certain Foreign Purchases.
52.232-33, Payment by Electronic Funds Transfer ââ¬â Central Contractor Registration).
52.232-1, Payments.
52.252-2, Clauses Incorporated by Reference.
The following DFAR Clauses apply:
252.204-7004 Alt A, Central Contractor Registration.
252.211-7003, Item Identification and Valuation.
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating
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).
Bid Protests Not Available