Federal Bid

Last Updated on 04 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
Camp pendleton California

GRANITE PODIUM

Solicitation ID M00681-13-T-0105
Posted Date 13 Sep 2013 at 3 PM
Archive Date 04 Oct 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Camp pendleton California United states 92055
 

This is a request for quote (RFQ) 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 RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 and the Defense Federal Acquisition Supplement, current to DPN 20130808.  The North American Classification System Code is 327991 and the small business size standard is 500.  This acquisition is set-aside 100% for small businesses.  Offers received from concerns that are not registered in the System Award for Management (SAM) as a small business concern under the NAICS codes shall be considered non-responsive and will be rejected.

 

Requirement:

MCAS Camp Pendleton, Marine Corps Base Camp Pendleton, CA has a requirement for a radio kit to operate the radios on their LAVs.

 

Clin 0001 Granite Stand

Quantity: 3          Unit of Issue: Each

Dimensions shall be 40"H x  28"w x 42"D

Color shall be light gray

Shall be made of granite

Shall  have a 45 degree slope for placard to be mounted on.

Slope shall start at 36" H

 

Clin 0002 Brass Placard/ plaque

Quantity: 3           Unit of issue: Each

Shall include brass plaque with attached placard information

Plaque shall be 24" x 36"

Placard shall be mounted on the 45degree angle

 

(placard information and sample picture will be provided upon request to [email protected])

 

Evaluation:

The Government intends on issuing a firm fixed price purchase order to the offeror that represents the Lowest Price Technically Acceptable (LPTA).  The following will be considered when determining the technical acceptability: adherence to the requirement

**award will be made on ALL OR NONE basis*****

 

The Government reserves the right to award no contract at all, depending on the quality of offers submitted and availability of funds.  An offer will be considered non-responsive if technical acceptability is not met.

 

Submission of Quotes

 

Quoters responding to this announcement must have an active registration in the System for Award Management (SAM) to be eligible for award (NO EXCEPTIONS). This includes providing all the information contained in 52.212-3, Offeror Representations and Certifications in their SAM profile. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. For information on registering in SAM, visit www.sam.gov. Quoters are required to be registered in Wide-Area Work Flow to submit invoices and receive payment, register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil.

considered for award.  A quotation for this request shall be submitted via email or facsimile to the following:

 

Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water-efficient, bio-based, environmentally preferable, non-ozone depleting, are made with recovered materials, or use renewable energy technologies.  If products/services are not sustainable, but your company engages in sustainable practices, please describe them.

 

Offerors bear the burden of ensuring that quotes (and any authorized ammendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The offeror bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.

 

Email to: [email protected]

 

OR

 

Hand carried to/ Priority mailed to:

 

Regional Contracting Office

Bldg 22180

MCB Camp Pendleton, CA 92055. 

 

Written, facsimile, or emailed quotes and the above required information must be received at this office on or before Sep 19th, 2013, at 11:00 a.m. Pacific Standard Time.

 

The following FAR Clauses/Provisions apply:

52.212-1, Instructions to Offerors - Commercial Items;

52.212-2, Evaluation - Commercial Items, evaluation factors will be LPTA;

52.212-3, Offeror Representations and Certifications - Commercial Items;

52.212-4, Contract Terms and Conditions - Commercial Items;

52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items incorporating:

52.219-6,   Notice of Total Small Business Set-Aside;

52.219-13, Notice of Set-Aside of Orders;             

52.219-28, Post Award Small Business Program Rerepresentations;

52.222-3,   Convict Labor;

52.222-19, Child Labor

52.222-21, Prohibition of Segregated Facilities;

52.222-26, Equal Opportunity;

52.222-36, Affirmative Action for Workers with Disabilities;

52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving;

52.225-13, Restrictions on Certain Foreign Purchases;

52.232-33, Payment by Electronic Funds Transfer - System Award for Management

52.219-1, Small Business Program Representations;

52.252-1, Solicitation Provisions Incorporated by Reference; http://farsite.hill.af.mil/farsite.html

52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil/farsite.html

 

The following DFAR Clauses also apply:

252.203-7002 Requirement to Inform Employees of Whistleblower Rights;

252.204-7004 Alt A, System Award for Management

252.204-7008, Export-Controlled Items;

252.203-7000, Requirements Relating to Compensation of Former DoD Officials;

252.225-7001, Buy American Act and Balance of Payments Program;

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;

252.223-7008, Prohibition of Hexavalent Chromium;

252.232-7006, Wide Area Workflow Payment Instructions:

Pay Official DoDAAC:         M21570

Admin DoDAAC:                  M00681

Issue By DoDAAC:               M00681

Ship To Code:                        M21570

Service Acceptor:                  M21570

252.232-7010, Levies on Contract Payments;

252.243-7001, Pricing of Contract Modifications;

 

Point of Contact:

Direct all questions regarding the RFQ to:

Regional Contracting Office MCIWEST-MCB

ATTN: SSgt Drew Rontti ([email protected])

BOX 555027

CAMP PENDLETON, CA 92055

Phone:  760-725-8453

[email protected]          

 

 

 

The below listed NAICS Codes are also allowed as long as vendor is registered as a small business in System Award for Management (WWW.SAM.GOV)

 

 

212311  Granite mining or quarrying

212313 Riprap, granite, preparation plants

212313 Granite crushed and broken stone mining and/or beneficiating

212313  Riprap, granite, mining or quarryingClin 0001 Granite Stand

 

212319  Stone (except limestone and granite) beneficiating plants (e.g., grinding)

212319  Stone, crushed and broken (except granite or limestone), mining and/or beneficiating

212319  Riprap (except granite, limestone) preparation plants

212319  Riprap (except limestone and granite) mining or quarrying

238140  Granite, exterior, contractors

238140  Marble, granite and slate, exterior, contractors

238340  Marble, granite and slate, interior, contractors

238340  Granite, interior, installation

327991  Curbing, granite and stone, manufacturing

327331  Architectural block, concrete (e.g., fluted, ground face, screen, slump, split), manufacturing

 

327991  Architectural sculptures, stone, manufacturing

Bid Protests Not Available

Similar Past Bids

Camp pendleton California 19 Sep 2013 at 4 PM
Camp pendleton California 16 Mar 2011 at 4 PM
Camp pendleton California 26 Nov 2012 at 6 PM
Camp pendleton California 21 Sep 2010 at 4 PM
Camp pendleton California 09 Sep 2013 at 9 PM