Federal Bid

Last Updated on 27 Jul 2011 at 8 AM
Combined Synopsis/Solicitation
Camp lejeune North carolina

99--MUFFIN MONSTER

Solicitation ID M6700111Q0180
Posted Date 23 Jun 2011 at 5 PM
Archive Date 27 Jul 2011 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 MUFFIN MONSTERS prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit a response, which if timely received must be considered by the agency. The solicitation number M6700111Q0180 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and DFAR Change Notice 20110506. This proposed acquisition is an unrestrictive procurement. The North American Industrial Classification System (NAICS) code for this requirement is 333319. This solicitation is for Brand Name items. The Government intends to issue a single award to the lowest price technically acceptable offeror. Muffin Monster CLINN 0001: MUFFIN MONSTER CUTTER, MODEL # 30002-0050 REPLACING GRINDER SN: 10429, CUTTERS: 11 CAM ,STACK 1 : 18620 STL , BUNA ELASTOMERS, QTY: 1 EACH. CLINN 0002: SPEED REDUCER RATIO 29:1 MODEL# VSC3116, QTY: 1 EACH. CLINN 0003: MUFFIN MONSTER CUTTER, MODEL # 30002-0050, REPLACING SN:28564, CUTTERS: 11 CAM, STACK 1:1 8620 STL , BUNA ELASTOMERS , QTY: 1 EACH CLINN 0004: SPEED REDUCER, RATIO 29:1, MODEL# VSC3116, QTY: 1 EACH. This is in support of Marine Corps Base, Camp Lejeune, North Carolina 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications- Commercial Items; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil. Applicable clauses cited in FAR 52.212-5 are: FAR 52.204-10 Reporting Subcontract Award; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Buisness Program Rerepresentation; FAR 52-222.3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-1 Buy American Act-Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52-232-33 Payment by Electronic Fund Transfer; FAR 52.247-34 F.O.B. Destination; DFARS 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 AltA Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications. Applicable clauses cited in DFARS 252.211-7001: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officals; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quoters are to include a completed copy of the provision at FAR 52.212-3 “Offeror Representations and Certifications – Commercial Items� with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Offeror is required to provide their Federal Tax ID Number, Contractors’ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1 and complete clause FAR 52.212-3 (ORCA). This solicitation is for brand name items only. An award will be made to the offer who provides the quote that represents the lowest price technically acceptable (LPTA). The closing date for this solicitation is 25 July 2011 at 16:00 (4:00 PM) EST. Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote, certificates, and questions to [email protected] or fax to (910) 451-2247.
Bid Protests Not Available

Similar Past Bids

Spencer Massachusetts 02 Dec 2011 at 2 PM
New hampshire Not Specified
Camp lejeune North carolina 16 May 2011 at 3 PM
South carolina Not Specified

Similar Opportunities

Warren Michigan 28 Jul 2025 at 9 PM
Location Unknown 31 Dec 2025 at 5 AM (estimated)
North las vegas Nevada 10 Jul 2025 at 11 PM
Montrose New york 09 Jul 2025 at 8 PM