Federal Bid

Last Updated on 15 Oct 2008 at 8 AM
Combined Synopsis/Solicitation
Stone Kentucky

TWO-STORY BARNS

Solicitation ID H92257-08-Q-0004
Posted Date 25 Sep 2008 at 8 PM
Archive Date 15 Oct 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Marsoc Contracting M67906
Agency Department Of Defense
Location Stone Kentucky United states
This is a combined synopsis/solicitation for brand name or equal commercial items prepared in accordance with the format in Subpart 12.6, 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. All responsible sources may submit a quotation, which shall be considered. This is a request for quotation (RFQ) and the solicitation number is H92257-08-Q-0004, documentation number M67906-08-SU-00051. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 and DFARS Change Notice 20080915. The solicitation is restricted to small business concerns. The associated North American Industrial Classification System (NAICS) is 321992 and small business size standard is 500 employees. The purpose of this solicitation is to procure the brand name or equal commercial items listed below, in support of Marine Corps Forces Special Operation Command (MARSOC) aboard Marine Corps Base, Camp Lejeune, NC. It is the Government’s intention to issue a firm-fixed price contract. The items required: CLIN 0001 16’ x 20’ x 17’ Two-Story Barns (see attached drawing); Qty: 7 CLIN 0002 16’ x 28’ x 17’ Two-Story Amish Barn (see attached drawing); Qty: 1 CLIN 0003 Other Direct Costs to include the following: Delivery, off-load, blocking, leveling, construction, strap down with hurricane straps, and daily removal of debris. Barns will be located on a designated concrete hardstand in the Stonebay area of Camp Lejeune, NC. Contractor shall provide warranty paperwork and blueprints to the Government Representative prior to delivery and construction of the facility. If further description is necessary, please email SSgt Tolleson (email listed below). The required delivery date for this requirement is 45 days ARO. Offers that are other than FOB destination will be rejected. The evaluation factors for this RFQ are price, delivery, technically acceptable and past performance. The Government intends to award to the lowest price, technically acceptable offer. The Government shall have full coverage of any standard commercial warranty normally offered in a similar sale. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and United States Special Operations Command Federal Acquisition Regulation Supplement provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications—Commercial Items Alternate I. An offeror 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 offeror has not completed the annual representations and certificates electronically at ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items to include (52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor—Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-50 Combating Trafficking in Persons; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.225-1 Buy American Act – Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration); 52.219-1 Small Business Program Representations. An offeror shall complete this provision and submit with their quote unless this provision is available electronically at ORCA website; 52.219-28 Post Award Small Business Program Rerepresentation. An offeror shall complete this clause and submit with their quote unless this provision is available electronically at the ORCA website; 52.222-22 Previous Contracts and Compliance Reports. An offeror shall complete this provision and submit with their quote unless this provision is available electronically at the ORCA website.; FAR 52.247-34 FOB—Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include (252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015 Technical Data – Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; and 252.232-7003 Electronic Submission of Payment Requests); DFARS 252.211-7003 Item Identification and Valuation, Alternate I; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7031 Secondary Arab Boycott of Israel; DFARS 252.232-7010 Levies on Contract Payments; 252.247-7023 Transportation of Supplies by Sea, Alternate III; SOFARS 5652.201-9002 Authorized Changes only by Contracting Officer; SOFARS 5652.204-9003 Disclosure of Unclassified Information; and 5652.252-9000 Notice of Incorporation of Section K. Offerors shall provide their Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code and Federal Tax Identification (FTI) number with their quote. Offerors shall be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov/) and Wide Area Work Flow Receipt and Acceptance (WAWF-RA) (https://wawf.eb.mil/) to be eligible for award. Submit quote to SSgt Tolleson via email [email protected] or fax (910) 451-0450. Refer any questions to SSgt Tolleson at (910) 451-1713. The closing date for this solicitation is 29 Sep 08 by 12:00 PM (noon), Eastern Standard Time.
Bid Protests Not Available

Similar Past Bids

Dayton Ohio Not Specified
North carolina 22 May 2022 at 6 PM
Location Unknown 27 Sep 2021 at 4 AM

Similar Opportunities

South carolina 15 Jul 2025 at 6 PM
Colorado 27 Jul 2025 at 4 AM (estimated)
San diego California 04 Aug 2025 at 6 PM
Colorado 27 Jul 2025 at 4 AM (estimated)