Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
SOLICITATION NOTICE

28 -- MAN / PAXMAN MARINE DIESEL ENGINE PARTS

Notice Date
10/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700413T0003
 
Response Due
11/3/2012
 
Archive Date
11/10/2012
 
Point of Contact
MATHEW WATTS 229-639-6078
 
Small Business Set-Aside
N/A
 
Description
FEDERAL SUPPLY CODE: 28 “ Engines, Turbines, and Components SUBJECT: MAN / PAXMAN MARINE DIESEL ENGINE PARTS SOLICITATION NUMBER: M67004-13-T-0003 SOLICITATION CLOSES: 31 October 2012 4:30 PM EST Point of Contact: Mathew Watts, mathew.watts@usmc.mil (229)639-6078, FAX (229) 639-8232. (Email responses / offers are preferred). Mailing - Contracts Dept. (Code S1924), 814 Radford Blvd., Ste 20270, Marine Corps Logistics Command, Albany, Georgia 31704-1128. 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 with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This solicitation is unrestricted. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The supplies will be solicited and awarded as commercial items in accordance with procedures prescribed in FAR Parts 12 and 13. The North American Industry Classification Standard (NAICS) code 333618- Other Engine Equipment Manufacturing; Size Standard 1,000 employees apply. The government reserves the right to make one, multiple or no award resulting from this solicitation. CLIN 0001: Bend “3 each; Part No. 16Y3JX41244 CLIN 0002: Tube Stack “ 1 each; Part No. OD30550P01 CLIN 0003: Tube Stack Assembly “ 1 each; Part No. OD30945P101 CLIN 0004: Pipe “ 2 each; Part No. 84MZ178P1 CLIN 0005: Pipe “ 2 each; Part No. 92MX58P1 CLIN 0006: Packing Piece “ 5 each; Part No. 81MZ141 CLIN 0007: Dowty Seal “ 30 each; Part No. ST036603 CLIN 0008: Elbow “ 4 each; Part No. ST046768 CLIN 0009: Tee Piece “ 4 each; Part No. ST046788 CLIN 0010: Elastic Link “ 2 each; Part No. Y3J20320B CLIN 0011: Pivot Arm Assembly “ 3 each; Part No. 90MZ212 CLIN 0012: Bracket L/H “ 2 each; Part No. 84MY456 CLIN 0013: Bracket R/H “ 2 each; Part No. 84MY457 CLIN 0014: Support “ 1 each; Part No. Y3J12512 CLIN 0015: Bracket “ 4 each; Part No. 90MY266 CLIN 0016: Pipe “ 2 each; Part No. 12Y3J22039B CLIN 0017: Suction Branch “ 1 each; Part No. 790A211P19 CLIN 0018: Stand Pipe “ 6 each; Part No. 16Y3JX41283 CLIN 0019: Pipe Saddle Boss “ 2 each; Part No. Y3J32383D CLIN 0020: Pipe “ 2 each; Part No. 16Y3J22382 CLIN 0021: Nut “ 16 each; Part No. Y3J14136 CLIN 0022: Bolt Long “ 8 each; Part No. Y3J14524 CLIN 0023: Bolt “ 8 each; Part No. Y3J14135 CLIN 0024: Pipe “ 4 each; Part No. 16Y3JC40858 CLIN 0025: Bracket “ 2 each; Part No. 84MY208 The following FAR/DFAR Clauses/Provisions apply: 52.204-99 (DEV) System for Award Management Registration (Deviation) 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. 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.232-99 (DEV) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.247-34 F.o.b. Destination; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offerors Representations and Certifications ”Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7020 Trade Agreements Certificate 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items; Incorporating - 52.204-10 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; 52.219-28 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 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; 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 American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of 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 www.SAM.GOV (System for Award Management) 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 cover sheet and all of the above required information (call P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact, No Later Than (NLT) the Solicitation Closing Date stated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a86bf7c8f74a94d8bdd293700cf0e6ba)
 
Record
SN02907948-W 20121005/121003234857-a86bf7c8f74a94d8bdd293700cf0e6ba (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.