Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

53 -- ALMANDINE GARNET, 30 X 40 MESH

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0245
 
Response Due
9/6/2010
 
Archive Date
9/21/2010
 
Point of Contact
DANIEL O. BROOKER (229) 639-8183
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% set-aside for Small Business. Only offers received from certified small businesses will be considered for award. The North American Industry Classification Standard (NAICS) code 327910 All Other Nonmetallic Mineral Mining applies to this requirement; Size Standard: 500 employees. An Indefinite-Delivery, Indefinite Quantity, firm-fixed price contract is anticipated. The Government reserves the right to make one, multiple or no awards from this solicitation. Notes: 1. Offers for Garnet shall be quoted per ton. 2. One shipment will consist of Eleven (11), 2-Ton bags 3.Freight Evaluations “ Each Offeror shall offer freight quotes from two separate carriers for each location (four freight quotes). For the purposes of evaluation and contract administration, an average price of the four offered will be determined and applied to the freight CLIN for the Base period and all the options. Once awarded, freight charges will be prepaid by the contractor and invoiced for the amount paid via WAWF with the scanned invoice from the carrier, i.e. freight charges will be a œpass-through  expense to the Government. Due to the volatility of fuel prices, this average charge may be redetermined prior to exercising options. Ship to addresses: a.Marine Corps Logistics Base, Maintenance Center, Barstow, CA 92311. b.MCB Camp Pendleton, CA 92055 CLIN 0001 (Base Year): Barstow Location “ 30 X 40 Almandine Garnet. Minimum Order of 264 tons “ Maximum Order 660 tons. Anticipated usage is twenty-four shipments (two per month). Each shipment to be 22 tons for a total of 528 tons per year. Anticipated period of performance is 1 Oct 2010 through 30 Sep 2011. CLIN 0002 (Base Year): Pendleton Location “ 30 X 40 Almandine Garnet. Minimum Order of 22 tons “ Maximum Order 110 tons. Anticipated usage is three shipments (one every four months). Each shipment to be 22 tons for a total of 66 tons per year. Anticipated period of performance is 1 Oct 2010 through 30 Sep 2011. CLIN 0003 (Base Year): Both Locations - Transportation / Freight Charges for CLINs 0001 “ 0002. Minimum Order of 13 shipments “ Maximum Order of 35 shipments. See note #3 above. CLIN 1001 (1st Option Year): Barstow Location “ 30 X 40 Almandine Garnet. Minimum Order of 264 tons “ Maximum Order 660 tons. Anticipated usage is twenty-four shipments (two per month). Each shipment to be 22 tons for a total of 528 tons per year. Anticipated period of performance is 1 Oct 2011 through 30 Sep 2012. CLIN 1002 (1st Option Year): Pendleton Location “ 30 X 40 Almandine Garnet. Minimum Order of 22 tons “ Maximum Order 110 tons. Anticipated usage is three shipments (one every four months). Each shipment to be 22 tons for a total of 66 tons per year. Anticipated period of performance is 1 Oct 2011 through 30 Sep 2012. CLIN 1003 (1st Option Year): Both Locations - Transportation / Freight Charges for CLINs 0001 “ 0002. Minimum Order of 13 shipments “ Maximum Order of 35 shipments. See note #3 above. CLIN 2001 (2nd Option Year): Barstow Location “ 30 X 40 Almandine Garnet. Minimum Order of 264 tons “ Maximum Order 660 tons. Anticipated usage is twenty-four shipments (two per month). Each shipment to be 22 tons for a total of 528 tons per year. Anticipated period of performance is 1 Oct 2012 through 30 Sep 2013. CLIN 2002 (2nd Option Year): Pendleton Location “ 30 X 40 Almandine Garnet. Minimum Order of 22 tons “ Maximum Order 110 tons. Anticipated usage is three shipments (one every four months). Each shipment to be 22 tons for a total of 66 tons per year. Anticipated period of performance is 1 Oct 2012 through 30 Sep 2013. CLIN 2003 (2nd Option Year): Both Locations - Transportation / Freight Charges for CLINs 0001 “ 0002. Minimum Order of 13 shipments “ Maximum Order of 35 shipments. See note #3 above. The following FAR/DFARS clauses/provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation “ Commercial Items: Evaluating Factors in order of precedence are - Lowest Price (per unit); Delivery (see Note 2); and Past Performance; 52.212-3 (Alt 1) Offeror Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.222-99 - Notification Of Employee Rights Under The National Labor Relations Act; 52.247-32 F.O.B. Origin, Freight Prepaid; 252.211-7003 Item Identification and Valuation (Alt I); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (incorporating - 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I); 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 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; 52.222-35 Affirmative Action for Works with Disabilities; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 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 - 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustments; 252.247-7023 Transportation of Supplies by Sea). Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications ”Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://orca.bpn.gov/login.aspx. The offeror must 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. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with all of the above required information must be received by the point of contact below by the Solicitation Closing Date. Point of Contact: Daniel Brooker, (229) 639-8183, email offers directly to Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLC Albany, GA 31704-3019, daniel.brooker@usmc.mil, FAX (229) 639-6793
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0245/listing.html)
 
Record
SN02242172-W 20100818/100816235247-574c7608fb5036291ff4a592f0c2d055 (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.