Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

45 -- Plumbing, Heating and Sanitation Equipment

Notice Date
6/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0170
 
Response Due
7/14/2010
 
Archive Date
10/14/2010
 
Point of Contact
Daniel Brooker 229-639-8183
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supplies/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 and Defense Acquisition Circular 91-13. This acquisition is unrestricted under NAICS Code 238220 and the small business size standard is $14.0 million. The Marine Corps Logistics Command, Albany, GA intends to award a Firm Fixed Price order for the following service:CLIN 0001:SERVICE TO REMOVE EXISTING HEATED AIR MAKE UP UNIT. PROVIDE AND INSTALL NEW GAS FIRED HEATED AIR MAKE UP UNIT FOR EXISTING DTRYING OVEN IN ACCORDANCE WITH CURRENT OSHA AND EPA REGULATIONS.The Offerors quote is to be for a firm-fixed price. Delivery FOB Destination to M93636 Maintenance Center, Barstow, Ca. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation; will be considered of best value to the Government. [The following factors shall be used to evaluate offers, listed in descending order of importance: Price, Past Performance and Delivery Time.] All responsible sources may submit a proposal which shall be considered. Such offers must be supported by information to enable the government to evaluate an offerors ability to provide this service. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.204-7003 Control of Government Personnel Work Product, 252.209-7004 Subcontracting With Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 52.219-28 Post-Award Small Business Program Representation, 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act Of 1965 (Nov 2007); 52.! 222-42 Statement Of Equivalent Rates For Federal Hires (May 1989); 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration;), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea(Alt III). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation - Commercial Items (Alt 1); with their offer incorporating 252.212-7000 Offeror Representations and Certifications-Commercial Items. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER AND WIDE AREA WORKFLOW (WAWF) TO BE CONSIDERED FOR AWARD. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. If a change occurs in this requirement; only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed (preferred) quotes and the above required information must be received on or before 14 JULY 2010. All responsible business sources may submit a quote that will be considered by the Marine Corps Logistics Command Contracts Dept. Contract Specialist: Daniel Brooker, Email: daniel.brooker@usmc.mil, Phone: 229-639-8183, Fax: 229-639-6793, Mailing: Contracts Dept. (Code S1922), 814 Radford Blvd., STE 20270, Marine Corps Logistics Command, Albany, Georgia 31704-1128.See Numbered Note(s) 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0170/listing.html)
 
Record
SN02191997-W 20100701/100629235449-18a396de13bfba0d9420daccc8753b32 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.