Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2012 FBO #3739
SOLICITATION NOTICE

34 -- Remanufacture of Lodge & Shipley Lathe, Model X

Notice Date
2/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M00146 MARINE CORPS INSTALLATIONS EAST- Cherry Point Satellite Contracting Office PSC Box 8018 MCAS Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014612QJ054
 
Response Due
3/20/2012
 
Archive Date
4/4/2012
 
Point of Contact
James Oros 252-466-7504 Debora Berget, (252)466-7766
 
E-Mail Address
Contracts Specialist
(james.oros@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet Readiness Center East at the Marine Corps Air Station, Cherry Point, NC has a requirement for the remanufacture of a Lodge & Shipley Lathe, Model śX ť (24 ť X 60 ť). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-12-Q-J054 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 and DPN 20120130. This acquisition is 100% set-aside for small business. The North American Industry Classification System code 333512 with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract for the following item: Item 0001 “ 1 each, Remanufacture of a Lodge & Shipley Lathe, Model śX ť (24 ť X 60 ť). (See attachment for the Statement of Work) The delivery and inspection/acceptance requirements are FOB destination and are to be delivered to Marine Corps Air Station Cherry Point, NC 28533. Delivery required within (22) weeks of contract award. The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: Evaluation procedures: All quotes will be evaluated first by price; and then the lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is technically unacceptable, then the evaluation team will move to the next lowest quote to evaluate for technical acceptability, and ability to meet required delivery schedule. Once a technically acceptable quote, with acceptable delivery schedule, is identified, that vendor ™s past performance will be evaluated. If it is determined satisfactory, award will be made to that vendor without further evaluation of other quotes. The following provision(s) is/are hereby incorporated by reference: DFAR 225-225-7031, Secondary Arab Boycott of Israel FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt A, Central Contractor Registration DFAR 252.204-7008,Export-Controlled Items DFAR 252.225-7002, Qualifying Country Sources DFAR 252.232-7010, Levies on Contract Payments DFAR 252.243-7001, Pricing of contract modifications The following clause(s) is/are hereby incorporated in full-text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil DFARS PROVISIONS/CLAUSES are available at: http://farsite.hill.af.mil (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, 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, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, 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, 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea. All quotes must be received no later than 2:oo p.m., EST, 20 March 2012. Point of Contact: James Oros, Contract Specialist, Phone 252-466-7504 Fax 252-466-8492, Email james.oros@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Cherry Point Satellite Contracting Offic e Attn: James Oros, Code SUL1C PSC Box 8018, Building 159, MCAS Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014612QJ054/listing.html)
 
Place of Performance
Address: Fleet Readiness Center East
Zip Code: Bldg 83, Cherry Point, NC
 
Record
SN02678772-W 20120219/120217235244-b8596e2cbfae0f5144e644ffc0807c07 (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.