Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2020 SAM #6912
SOLICITATION NOTICE

39 -- STACKABLE / NESTING CRANE TEST WEIGHTS

Notice Date
10/30/2020 9:54:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
COMMANDER ALBANY GA 31704-0313 USA
 
ZIP Code
31704-0313
 
Solicitation Number
M67004-21-Q-0004
 
Response Due
11/18/2020 11:00:00 AM
 
Archive Date
12/03/2020
 
Point of Contact
Anthony Brunson, Phone: 2296396037
 
E-Mail Address
anthony.brunson@usmc.mil
(anthony.brunson@usmc.mil)
 
Description
SUBJECT:� STACKABLE / NESTING CRANE TEST WEIGHTS FEDERAL SUPPLY CODE: 39- Materials Handling Equipment SOLICITATION NUMBER: M67004-21-Q-0004 SOLICITATION CLOSES:�� 18 Nov 2020 Point of Contact:� Anthony Brunson Contracts Department, (Code MSCD), 814 Radford Blvd, STE 20270, MCLC, Albany, GA 31704-1128.� Telephone:� (229) 639-6037, Email responses preferred:� anthony.brunson@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 in, or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 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 North American Industry Classification System (NAICS) code 332999- All Other Miscellaneous Fabricated Metal Product Manufacturing; Size Standard 750 employees applies. The Government reserves the right to make one, multiple or no award resulting from this solicitation. � Notes: PAST PERFORMANCE: Offerors who have supplied customers similar Test Weight Sets should provide information indicating when the Test Weight Set(s) was delivered and contact information of the customer. DELIVERY TRANSPORTATION/FREIGHT: Offerors shall either propose FOB Destination, or include the estimated freight cost of Delivery in their proposal. Delivery destination is the Marine Corps Logistics Base, Yermo, California 92311. PROVIDED TEST SET DRAWING(s): A drawing of the Government�s requirement is provided to aid offerors in making their offer calculations. Any questions regarding the requirements depicted in the drawing(s) should be directed to the Point of Contact above. Any deviation from the drawing proposed by an offeror must be thoroughly described in their offer. CLIN 0001:� Stackable / Nesting, Crane/Hoist Test Weight Set, (Qty 1), The set shall consist of 14 individual weight units of varying weights, fabricated in accordance with the Statement of Requirement (SOR) attached. The Test Set shall be delivered with applicable Standards certifications for testing cranes and hoists, and weigh 199,500 lbs. Offerors shall submit detailed descriptions/drawings, Pricing, Delivery Schedule (delivery after receiving award), any applicable warranty information, Past Performance and F.O.B terms. The following FAR/DFAR Clauses/Provisions apply: 52.212-2 -- Evaluation -- Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Offers will be evaluated considering the following Factors - Price, Technical Acceptability, and Past Performance (fabricating similar Test Weight Sets). All three Factors are of equal weight. An absence of relevant past performance will be evaluated as a Neutral rating. 52.203-3�� Gratuities 52.203-6(Alt I) Restrictions on Subcontractor Sales to the Government 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of ���������������� Whistleblower Rights 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality ���������������� Agreements or Statements�Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or ��� Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16� Commercial and Government Entity Code Reporting 52.204-17� Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or ���������������� Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or ������� ���������Equipment 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, �������������� �Suspended, or Proposed for Debarment; 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction �� under any Federal Law 52.212-1 Instructions to Offerors�Commercial Items; 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 Statutes or Executive Orders- � Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor (Deviation 2020-O0019) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons; 52.223-3�� Hazardous Material Identification and Material Safety Data 52.223-18 Encouraging Contractor Policies to BAN Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating �������������� ��� to Iran�Representation and Certifications 52.232-33 Payment by Electronic Funds Transfer 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil/ 52.252-2 Clauses Incorporated by Reference: http://farsite.hill.af.mil/ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Identification and Valuation; 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7031 Secondary Arab Boycott of Israel; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items 252.246-7006 Warranty Tracking of Serialized Items; 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea;�� Offerors responding to this solicitation must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ and Wide Area Workflow (WAWF) https://wawf.eb.mil to be considered for award. The offeror must provide their Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. The United States Marine Corps utilizes (WAWF) as its ONLY authorized method to electronically process vendor requests for payment. All responsible small business sources may submit a quote which shall be considered. Email (preferred) quotes and all of the above required information to the above P.O.C... 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
SAM.gov Permalink
(https://beta.sam.gov/opp/ac59b289ce054083949196e59790fb1e/view)
 
Place of Performance
Address: Barstow, CA 92311, USA
Zip Code: 92311
Country: USA
 
Record
SN05842478-F 20201101/201030230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.