Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2016 FBO #5333
SOLICITATION NOTICE

J -- COVER, GUARD SHAFTS (PORT and STBD)

Notice Date
6/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700416T0075
 
Response Due
7/29/2016
 
Archive Date
8/13/2016
 
Point of Contact
KEVIN FRALISH 229-639-8594
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in 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 2005-88. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. Competition for this requirement is restricted to 100% Small Business concerns. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The North American Industry Classification System (NAICS) code 811198- All Other Automotive Repair and Maintenance; Size Standard $7.5 Million Dollars applies. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.Statement of Work (SOW) and Drawings are attached to this solicitation. 2.Contractor pickup and delivery is required: Location - Marine Corps Logistics Base, Whse 405 West End, Yermo CA 92311-5015. CLIN 0001: REFURBISH SHAFT GUARD COVER, (PORT), PN: 2600706 Qty (30 each), Pick up, Refurbish in accordance with the attached Statement of Work (SOW) and return. CLIN 0002: REFURBISH SHAFT GUARD COVER, (STBD), PN: 2619422 Qty (30 each), Pick up, Refurbish in accordance with the attached Statement of Work (SOW) and return. Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. The following FAR/DFAR Clauses/Provisions apply: 52.204-2 Security Requirements 52.204-7 System for Awards Management 52.204-13 System for Award Management Maintenance 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: 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items; 52.213-3 Notice to Suppliers 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; 52.222-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires 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; 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.o.b. Destination; 52.247-29 F.o.b.-Origin; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7996(Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation; 252.203-7997(Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; 252.204-7004 Alt A Systems for Award Management Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safe Guarding Covered Defense Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information Litigation Support Contractors 252.212-7000 Offerors Representations and Certifications ”Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7020 Buy American ”Balance of Payments Program Certificate 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 252.247-7023 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://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) / System for Award Management (SAM) 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/1c167d6a9422ebabd8732ebbdcb78c5e)
 
Record
SN04165417-W 20160630/160628235620-1c167d6a9422ebabd8732ebbdcb78c5e (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.