Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOLICITATION NOTICE

J -- Repair Crane Festoon System and Brake Assembly

Notice Date
2/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700412T0102
 
Response Due
2/13/2012
 
Archive Date
3/14/2012
 
Point of Contact
Eric Spychalski 229 639 5768
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies 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 2005-55 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. NAICS Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance.- Size Standard $7.0 M 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. SEE ATTACHED QUOTE SHEET TO SUBMIT QUOTE FOB DESTINATION: Marine Corps Logistics Command, Maintenance Center (Yermo Annex) Barstow, CA, 92311. 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; 52.212-4 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 Restrictions on Subcontractor Sales to the Government; 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; 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 52.222-42 -- Statement of Equivalent Rates for Federal Hires. 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 Registrations); 52.247-34-F.O.B. Destination; 252.211-7003 (ALTERNATE I )Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications--Commercial Items; Offerors responding to this announcement must provide the information required by and 252.212-7000 Offerors 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. 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 Aerican act and Balance of Payments Program. 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments. 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. 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/M6700412T0102/listing.html)
 
Place of Performance
Address: Marine Corps Logistics Command, Maintenance Center (Yermo Annex), Barstow, CA
Zip Code: 92311
 
Record
SN02674362-W 20120215/120214000028-a86facf86e0bd6ebefd43938c6d6f91d (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.