Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

29 -- BRIDGE ERECTION BOAT (BEB) EXHAUST SYSTEM KIT

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700411T0366
 
Response Due
10/5/2011
 
Archive Date
10/20/2011
 
Point of Contact
SSgt Ricky Edwards 229-639-6794
 
Small Business Set-Aside
N/A
 
Description
29 - Engine Accessories SOLICITATION NUMBER: M67004-11-T-0366 SOLICITATION CLOSES: 05 Oct 2011 4:30 PM EST Point of contact: SSgt Ricky Edwards, ricky.edwards@usmc.mil, (email responses preferred), Contracts Dept. (Code S1924), 814 Radford Blvd, Ste 20270, MCLB Albany, GA 31704-1128, (229)639-6794, fax: (229)639-8232. This is a combined synopsis/solicitation for commercial services 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 2005-53 and Defense Acquisition Circular 91-13. śTHIS NOTICE CONSTITUTES THE ONLY SOLICITATION ť. This requirement is 100% Set-Aside for Small Businesses. The North American Industry Classification Standard (NAICS) code 333618 “ Marine Engines Manufacturing applies; Size standard 1000 Employees applies. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract with an option, for this requirement. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. Notes: 1.This requirement has three (3) developmental kits followed by a production quantity. The three kits will be submitted one at a time, inspected, approved, evaluated and possibly revised, before proceeding to next kit. 2.Desired delivery times are provided. Offerors shall state their own proposed delivery schedules if other than the desired delivery. If kits are revised a new delivery schedule shall be negotiated with the contractor. 3.Delivery: Ship to: Marine Corps Logistics Command, Maintenance Center, Albany, GA 31704. FOB Destination pricing is required. CLIN 0001: Bridge Erection Boat (BEB) Exhaust System Kit, P/N: 2011E8037, (1 Kit) PROTOTYPE PHASE - Fabricate in accordance with Statement of Requirement attached. Desired delivery is five (5) calendar days after award. CLIN 0002: Bridge Erection Boat (BEB) Exhaust System Kit, P/N: 2011E8037, (1 Kit) VALIDATION PHASE - Fabricate in accordance with Statement of Requirement attached. Desired delivery is five (5) calendar days after award. CLIN 0003: Bridge Erection Boat (BEB) Exhaust System Kit, P/N: 2011E8037, (1 Kit) PROOF OF PRINCIPAL PHASE - Fabricate in accordance with Statement of Requirement attached. Desired delivery is five (5) calendar days after award. CLIN 0004: Bridge Erection Boat (BEB) Exhaust System Kit, P/N: 2011E8037, (2 Kits) PRODUCTION QUANTITY - Fabricate in accordance with the Statement of Requirement (most recent version) provided. Desired delivery is first two (2) kits, ten (10) days after approval of last phase. 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) Offerors Representations and Certifications “ Commercial Items; 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 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; 52.219-28 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; 52.222-40 Notification of Employee Rights; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration; 52.247-34 F.o.b. Destination; 252.211-7003 Item Identification and Valuation (Alt I); 252.212-7000 Offerors 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 [additionally incorporating selected clauses “ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7036 Buy American Act ”Free Trade Agreements--Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.232-7010 Levies on Contract Payments; 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: SSgt Ricky Edwards, (229) 639-6794, mail/email offers directly to Contracts Dept. (Code S1924) 814 Radford Blvd, MCLC, Albany, GA 31704-1128, Email: ricky.edwards@usmc.mil (Preferred), FAX (229) 639-8232.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0366/listing.html)
 
Record
SN02586931-W 20110923/110922000859-42e34975f17030e1890c1371ab9636c0 (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.