SOLICITATION NOTICE
29 -- PAXMAN PUMP and INJECTORS
- Notice Date
- 1/27/2016
- 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
- M6700416T0015
- Response Due
- 2/26/2016
- Archive Date
- 3/12/2016
- Point of Contact
- KEVIN FRALISH 229-639-8594
- Small Business Set-Aside
- N/A
- Description
- The Marine Corps Logistics Command issues this combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, 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 2005-86. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% Set-Aside for Small Businesses. Only offers received from certified small businesses will be considered for award. The North American Industry Classification Standard (NAICS) code 333618 “ Other Engine Equipment Manufacturing, size standard of 1000 employees 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. The two Contract Line Item Numbers (CLINs) that describe this requirement are to be composed of components identified in the attachment and packaged via standard commercial practices as kits. 2. The Delivery requirement is “ Best Practicable, delivered to: Commanding Officer B881/12, Yermo, CA, Whse 405 West End, 92311-5015. FOB Destination pricing is preferred. CLIN 0001 Paxman Marine Diesel Fuel Injector Kit: Fluid Mechanics, Inc. P/N FM444KT, (see attached Kit nomenclature below) Qty 100 Ea. CLIN 0002 Paxman Marine Diesel Fuel Pump Kit: Fluid Mechanics, Inc. P/N FM809KT (see attached Kit nomenclature below) Qty 100 Ea. Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. The following FAR/DFARS clauses/provisions apply and are incorporated by reference: 52.204-2 Security Requirements 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13 Central Contractor Registration Maintenance 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items 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 (FEB 2012) 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 52.222-50 Combating Trafficking in Persons 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; 52.232-39 Unenforceability of Unauthorized Obligations 52.247-32 F.O.B. Origin, Freight Prepaid 52.247-34 F.O.B Destination; 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ”Representation (Deviation 2016- O0003)(Oct 2015) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003)(OCT 2015) 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7005 Oral Attestation of Security Responsibilities; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Identification and Valuation; 252.225-7000 Buy American--Balance of Payments Program Certificate; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7020 Buy American ”Balance of Payments Program Certificate; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payments Requests; 252.232-7006 Wide Area Workflow WAWF; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications 252.246-7006 Warranty Tracking of Serialized Items; 252.247-7022 Representation of Extent of Transportation by Sea; 252.247-7023 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://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 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, as long as it meets all requirements and specifications listed above and on provided attachments. 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/9314cbcbeca7192d10db11393eb5a04d)
- Record
- SN04002195-W 20160129/160127234206-9314cbcbeca7192d10db11393eb5a04d (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 |