SOLICITATION NOTICE
39 -- CRANE RESTORATION MAINTENANCE CENTER BARSTOW,CA
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700411T0289
- Response Due
- 9/11/2011
- Archive Date
- 10/31/2011
- Point of Contact
- Eric Spychalski 229 639 5768
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis/solicitation is 100% Small Business set-aside This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. NACIS-333923 Overhead Traveling Crane, Hoist, and Monorail System Manufacturing, Size Standard 500 employees applies. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. A firm-fixed-price Contract is the intended result of this effort. CLIN 0001 Align Crane Runway CLIN 0002 Replace a 300 AMP Mainline power bar. (See Attached Statement of Requirement) CLIN 0003 Replace 500 AMP Mainline power bar (See Attached Statement of Requirement) CLIN 0004 Ten(10)Ton Crane: Replace Controls, Motors, Brakes, and Trolley Festoon (See Attached Statement of Requirement) CLIN 0005 Thirty Five 30/5 (35) Ton Crane: Replace Controls, Motors, Brakes, and Trolley Festoon (See Attached Statement of Requirement) FOB DESTINATION: Marine Corps Logistics Command, Maintenance Center (Yermo Annex) Barstow, CA, 92311. SITE VISIT: A site visit is scheduled for 25 Aug 2011 at 10:00 am (LOCAL). All interested vendors are ENCOURAGED to attend this site prior to submitting a proposal. All vendors will contact either Larry Creek (616) 577-7918 or John Peterson (760) 577-7307 for instructions on entry to the Base. The following FAR/DFAR Clauses/Provisions apply 52.211-15-Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors Commercial Items 52.212-2 Evaluation “ Commercial Items, with the following paragraph addenda: Offers will be evaluated on the basis of Lowest Price - Technically Acceptable, Delivery and Past Performance. All factors are of equal importance 52.212-3(Alt 1) Offeror Representations and Certifications “ Commercial Items; 52.247-34-F.O.B. Destination; 252.211-7003 Alt I Item Identification and Valuation; 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 Statues or Executive Orders - Commercial Items (Incorporating 52.203-6 -- Restrictions on Subcontractor Sales to the Government; 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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; 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 of the Viet Nam 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; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registrations); 52.237-1 Site Visit 252.212-7000 Offeror Representations and Certifications--Commercial Items; 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; 252.243-7002 Requests for Equitable Adjustment; 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: Eric Spychalski, (229) 639-5768, mail/email offers directly to Contracts Dept. (Code S1924) 814 Radford Blvd, MCLC, Albany, GA 31704-1128, Email: eric.spychalski@usmc.mil (Preferred), FAX (229) 639-8232.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0289/listing.html)
- Record
- SN02531137-W 20110813/110812000018-785ce90123a8ca8f204c6b45262f893a (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 |