Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2012 FBO #4011
SOLICITATION NOTICE

47 -- BEB Exhaust Fuel Cooler Water Hose Kit

Notice Date
11/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700413T0012
 
Response Due
11/26/2012
 
Archive Date
12/11/2012
 
Point of Contact
Sergeant Alvarado, H. 229-639-6794
 
E-Mail Address
hugo.alvarado@usmc.mil
(hugo.alvarado@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FEDERAL SUPPLY CODE : 47- Pipe, Tubing, Hose, and Fittings NAICS CODE: 326220 SUBJECT: BEB Exhaust Fuel Cooler Water Hose Kit SOLICITATION NUMBER: M67004-13-T-0012 SOLICITATION CLOSES: 19 November 2012 @ 11:00 AM EST Point of Contact: Sergeant Alvarado, H., Contracts Department, (Code S1924), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6794, Fax: (229) 639-6793 Email responses preferred: hugo.alvarado@usmc.mil 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 requirement will be a 100% set-aside for Small Business. 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 326220 Rubber and Plastics Hoses and Belting Manufacturing; Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1. Offerors shall state their own proposed delivery schedules if other than the desired delivery indicated on the Statement of Requirement (SOR). 2.Several weeks may separate the approval from one phase to the next and minor changes in the requirement may be necessary. The awardee is advised not to procure materials for the next phase until approval is received. Any changes in the delivery schedule or slight changes in the SOR will be negotiated by mutual agreement. 3.Delivery / Ship to: Marine Corps Logistics Command, Maintenance Center, 814 Radford Blvd, Whse 1330, Dr 7, Bay 2, Albany, GA 31704. FOB Destination pricing is preferred. 4.DRAWINGS ARE POSTED ON THE CONTRACTS DEPARTMENT WEBSITE. http://www.logcom.usmc.mil/contracts/solicit/ (See above Solicitation Number). CLIN 0001: Design Phase - Fabricate (1 EA) M9 BEB Hose Kit in accordance with Statement of Requirement and applicable drawings provided. Once this kit is validated the Prototype Phase will commence. CLIN 0002: Prototype Phase - Fabricate (1 EA) M9 BEB Hose Kit in accordance with Statement of Requirement and applicable drawings provided. Once this kit is validated the Validation Phase will commence. CLIN 0003: Validation Phase - Fabricate (1 EA) M9 BEB Hose Kit in accordance with Statement of Requirement and applicable drawings provided. Once this kit is validated the Proof of Principal Phase will commence. CLIN 0004: Proof of Principal Phase - Fabricate (1 EA) M9 BEB Hose Kit in accordance with Statement of Requirement and applicable drawings provided. Once this kit is validated the production quantity fabrication will commence. CLIN 0005: Production Phase - Fabricate (1 EA) M9 BEB Hose Kit in accordance with Statement of Requirement and applicable drawings provided. Once this kit is validated the production quantity fabrication will commence. 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: Award will be made on a lowest-priced, technically acceptable basis, considering the following factors: technical capability of the item to meet the requirement, price and past performance. 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.232-99 (DEV) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 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; 252.225-7000 Qualifying Country Sources as Subcontractors; 252.225-7000 Buy American Statute ”Balance of Payments Program Certificate 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7006 Wide Area Workflow WAWF 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; 52.219-6 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 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 (Alt III); 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 in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. 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 SAM system 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 the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46b21966af9b80e2b0d9d79d63df2751)
 
Record
SN02932149-W 20121117/121115235441-46b21966af9b80e2b0d9d79d63df2751 (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.