Federal Bid

Last Updated on 19 Sep 2009 at 8 AM
Combined Synopsis/Solicitation
Marine Illinois

ZODIAC TRAILERS

Solicitation ID H92257-09-Q-0009
Posted Date 31 Aug 2009 at 6 PM
Archive Date 19 Sep 2009 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 Marine Illinois United states
PR#: M2091009SU00068 Solicitation#: H92257-09-Q-0009 FSC: 1940 Small Craft This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued, FAR Subpart 13.5 procedures are being utilized. Solicitation number H92257-09-Q-0009 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005–26 and DFARS Change Notice DCN 20080423. The proposed acquisition is restricted in business size to Small Business interests. The associated NAICS code is 441222. Marine Corps Special Operations Command, Camp Lejeune North Carolina, has a one-time requirement to procure: Qty (4) Zodiac Boat Trailers and a Qty (4) Pintle Eyes. The trailers shall consist of the following: 3-PVC rollers per deck plus poly on all cross members to boat bottom, 2” coupler, Aluminum I-Beams, cross members and deck structure, SS Fasteners, Aluminum diamond plate fenders, submersible light w/water tight 16-guage wire, Wheel jack w/caster, 3 winches (one per deck). The Contractor shall provide all supplies F.O.B. destination. Location of the Government site is aboard Camp Lejeune North Carolina and will be identified on the contract. The Government desires Supplies to be delivered no later than 30 days after Contract award. The Government anticipates award of a Firm Fixed Price contract. The evaluation factors for this RFQ are technical capability, delivery and price. The Government intends to make award based on best value. “Best value” means the expected outcome of the acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. An offer will be considered incomplete and will not be considered for award if technical acceptability and delivery can not be met. 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 52.212-1, 52.212-2 Instructions to Offerors – Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (k) 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 certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies; 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 52.222-41, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration; 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, Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; 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 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Pricing of Contract Modifications; DFARS 252.225-7042 Authorization to Perform. The following clauses apply under DFARS 252.212-7001; FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses apply under USSOC 5652.201-9002 Authorizes Changes Only By Contracting Officer; 5652.204-9002 Instruction for the Use of Electronic Contracts; 5652.204-9003 Disclosure of Unclassified Information; 5652.252-9000 Notice of Incorporation of Section K. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes call GySgt Shipley, Gabriel R. Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368, via email to [email protected] or via facsimile (910) 450-6104. GySgt. Shipley, Gabriel R. at telephone number (910) 449-9624 can be contacted for information regarding the solicitation. Quotes are due on 4 Sept 2009 by 1000AM Eastern Standard Time.
Bid Protests Not Available

Similar Past Bids

Point Texas 07 Feb 2014 at 8 PM
Wolfe West virginia 26 Jun 2019 at 8 PM
Location Unknown 02 Aug 2016 at 7 PM
Baltimore Maryland 22 Feb 2016 at 7 PM
Range Alabama 13 Jul 2011 at 12 PM

Similar Opportunities

Christopher Illinois 18 Jul 2025 at 4 PM
Newport Oregon 18 Jul 2025 at 4 PM
Memphis Tennessee 11 Jul 2025 at 2 PM