SOLICITATION NOTICE
26 -- RUN-FLAT TRAILER TIRES
- Notice Date
- 4/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326211
— Tire Manufacturing (except Retreading)
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700412T0126
- Response Due
- 5/11/2012
- Archive Date
- 5/26/2012
- Point of Contact
- Sharon Warren (229)639-6730 Sharon Warren
- E-Mail Address
-
39-6730<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial supplies 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 2005-57 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% Set-Aside for Small Businesses and the offered product must be manufactured domestically. Only offers received from certified small businesses will be considered for award. The North American Industry Classification Standard (NAICS) code 326211 “Tires, (e.g. pneumatic, semi-pneumatic, solid rubber) manufacturing applies. Size standard 1,000 applies. A firm-fixed price contract is anticipated. The government reserves the right to make one, multiple or no awards resulting from this solicitation. Notes: 1.Delivery: Ship to: Marine Corps Logistics Command, Maintenance Center, Albany, GA. 31704. CLIN 0001: Run Flat tire and wheel assembly. Size: 20.5 X 8.0-10 Load Range-LRF. (Solid wheel 10X6 5-4.5 with 1,675 lbs load capacity rating. Tested per SAE J1204 criteria) Filled with 56 lbs RePneu TV polymer. Qty: 200 each. FOB: Destination Delivery: 30-60 days ARO The following FAR/DFARS 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. 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 Statutes or Executive Orders “ Commercial Items 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 (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000.00). (Not applicable to subcontracts for the acquisition of commercially available off the shelf items). 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; 52.223-18 Contractor Policy on 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; 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 [additionally incorporating selected clauses - 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments 252.247-7023 Alt III Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation 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 (CCR) 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412T0126/listing.html)
- Record
- SN02719631-W 20120413/120411235444-4a69f914e496aba352e37f389340e650 (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 |