Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

58 -- Communication, Detection, and Coherent Radiation Equipment

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0261
 
Response Due
9/24/2010
 
Archive Date
12/24/2010
 
Point of Contact
DOROTHY SHIRLEY 229-639-6762
 
Small Business Set-Aside
N/A
 
Description
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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This announcement constitutes the request for quote (RFQ) for the required items under solicitation number M67004-10-T-0261, NAICS code: 334220, FSC: 5820, Small Business Standard: 750 employees. This acquisition is solicited as SOLE SOURCE to Digital Receiver Technology, Inc. (DRT). Authority: Section 42 of the Clinger-Cohen Act of 1996. A determination by the Government not to compete this proposed requirement based upon response to this notice is solely within the discretion of the Government. Interested contractors may identify their interest and shall fully describe their capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotes. Information received will normally be considered solely for the purpose of determining whether or not to conduct a competitive procurement. The Government will consider all proposals received within 15 days after date of publication of this combination synopsis/solicitation. If no responses are received that warrants a competitive procurement a contract will be awarded to DRT as stated above without further notice. The cutoff date for response(s) is 1 September 2010. A firm-fixed-price purchase order is the anticipated result of this effort. The government reserves the right to make one or no awards resulting from this solicitation. NO TECHNICAL DATA IS AVAILABLE. NOTE: ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. CLIN 0001: Computer Subassembly (NSN 7021-01-552-7511), Part Number: 428-01470-001, Qty: 6 each; in support of the Receiving Set, Radio. CLIN 0002 Receiving Set, Radio (NSN 5820-01-539-8149),Part Number: DRT1202B0810, Qty: 4 each; CLIN 0003 Receiving Set, Radio (NSN 5820-01-539-8149),Part Number: DRT1202B0810, Qty: 5 each; Ship to is FOB Destination for: CLIN 0001 SW3215/Defense Distribution Depot Barstow, CA; CLIN 0002 SW3121/Albany GA; CLIN 0003 W62G2T/Tracy, CA. Inspection and Acceptance is Origin. Preservation, packaging, packing, and marking unless otherwise provided in the contract shall be packaged IAW contractor ™s best commercial practices. Item(s) is to be packed to assure acceptance by common carrier and provide product protection against damage and loss while in transit. Government ™s desired delivery date is 30 days after award of contract. Offeror is requested to list their proposed delivery schedule. The Contractor is authorized to exceed the delivery rate prior to time set forth in the schedule; provided there is no additional cost to the Government. The Offeror ™s quote is to be a firm fixed price. Contractor ™s quote includes transportation costs. The following FAR/DFARS/MAPS Clauses/Provisions apply: 52.204-7 Central Contractor Registration, 52.211-15 Defense Priority And Allocation Requirements; Purchase Order rating DO-A7; 52.222-99 Notification of Employee Rights; 252.225-7000 Buy American Act-Balance of Payments Program Certificate 52.247-34 F.O.B. Destination; 52.252-2 Clauses incorporated by reference(full text of clause may be accessed electronically at this/these address(es)http://farsite.hill.af.mil); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration, 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.212-1 Instructions to Offerors ”Commercial Items; Offeror(s) responding to this announcement must provide the information required by 52.212-3(Alt 1) 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.; 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 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns, 52.219-9 Small Business Subcontracting Plan, 52.219-16 Liquidated Damages Subcontracting Plan,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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 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;252.219-7003 Small Business Subcontracting Plan; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.226-7001 Utilization of Indian Organizations, Indian-owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea); Marking of Radioactive Items: In accordance with the śNotice of Radioactive Materials ť within this solicitation, all containers in which radioactive items, parts or subassemblies are delivered to the Government shall be clearly marked and labeled as required by the latest revision of MIL-STD-129. NOTE: Failure to properly follow specified marking instructions may result in a delay in payment and any such delay shall not constitute grounds for payment of any interest pursuant to the Prompt Payment Act (Public Law 97-177).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. The offeror shall 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 Registration 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 sources may submit a quote which shall be considered by the Marine Corps Logistics Command Contracts Dept. If quote is mailed, send to: Contracts Department/ Attn: Office Code S1924-Dorothy Shirley/814 Radford Blvd, Ste 20270/Marine Corps Logistics Command/Albany, GA 31704-1128. Emailed (this is preferred), faxed, or mailed quotes with all of the above required information must be received by the point of contact (Dorothy Shirley-Contract Specialist; phone: 229-639-6762, fax: 229-639-6793, e-mail:dorothy.shirley@usmc.mil) by the Solicitation Closing date (4:30pm; 24 Sep 2010).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0261/listing.html)
 
Record
SN02255560-W 20100827/100826000318-8409238d7355cacb53054042fa0a030a (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.