Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2002 FBO #0252
SOLICITATION NOTICE

30 -- Ground Power System

Notice Date
8/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Forces Reserve - RCO, 4400 Dauphine Street, New Orleans, LA, 70146-5400
 
ZIP Code
70146-5400
 
Solicitation Number
M67861-02-R-0165
 
Response Due
8/23/2002
 
Archive Date
9/7/2002
 
Point of Contact
Caroline Register, Contract Specialist, Phone 504-678-4382, Fax 504-678-5283, - Dennis Sweeney, Procurement Chief, Phone 504-678-1668, Fax 504-678-5283,
 
E-Mail Address
RegisterCR@mfr.usmc.mil, SweeneyDW@mfr.usmc.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12 and the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M67861-02-0165 applies. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-04 and DFAR Change Notices effective through 01/29/02. The Standard Industrial Classification Code is 3724(NAICS 336412) and the business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. The contract will be awarded as a firm fixed price contract for Ground Power Units. The award will be in accordance with FAR 6.302-1. Marine Forces Reserves intends to negotiate and award to Telsa Industries for the purchase of : Clin 1 NSN 6130-01-475-5321, P/N TIMV3000GPU24, Ground Power Unit, 8 ea; Clin 2 NSN 8145-01-445-3667, P/N TI7000-025, Shipping Case, 8 ea. Pricing shall reflect any quantity discount. The U.S. Marine Corp does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to various locations in California; Idaho; Washington; Kentucky; Florida; New York; and North Carolina. (attachment will show specific addresses) F.O.B. Point quotations may be F.O.B. Destination, or F.O.B. Origin. FAR 52.247-45 F.O.B. Origin and/or F.O.B. Destination APPLIES Offers are invited on the basis of both f.o.b. origin and f.o.b. destination, and the Government will award on the basis the Contracting Officer determines to be most advantageous to the Government. An offer on the basis of f.o.b. origin only or f.o.b. destination only is acceptable, but will be evaluated only on the basis submitted. Desired delivery date is 15 days after contract award; required delivery date is 30 days after contract award. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.211-6, Brand Name or Equal applies. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; price; and past performance. Technical and past performances, when combined, are approximately equal to cost. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery, availability of product, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 2) In addition, if you are quoting on a comparable equal commercial item, product literature must be included. 3) All FAR certifications and representations specified above must also accompany your quote. All responsible sources may submit an offer which will be considered. Anticipated award date is August 30, 2002. Closing date and time for receipt of offers is August 23, 2002, 4:00 pm, Central Time. Offers are acceptable via fax to (504)-678-5283 or via e-mail (RegisterCR@mfr.usmc.mil)
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/USMC/M67861/M67861-02-R-0165/listing.html)
 
Record
SN00137948-F 20020811/020809221531 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.