SOLICITATION NOTICE
83 -- Black Wool Broadcloth
- Notice Date
- 3/19/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700404Q0048
- Response Due
- 3/30/2004
- Archive Date
- 4/29/2004
- Point of Contact
- Sgt Tolleson, W.J. 229-639-6784 GySgt K. M. Mohead, Contracting Officer, 229-639-6734
- E-Mail Address
-
Email your questions to tollesonwj@logcom.usmc.mil
(tollesonwj@logcom.usmc.mil)
- Description
- 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20 and Defense Acquisition Circular 91-13. This action is unrestricted as to business size. This solicitation contains (5) CLINs with the purpose of issuing a firm-fixed-price, one-year requirement contract with four (4) one year options period. The Marine Corps Logistics Base, Albany, Georgia, has a requirement for the following item: CLIN 0001: A estimated maximum order of 3,000 yards of black wool broadcloth, 12.5 ounce, USMC style #839. These estimates are not a representation of the quantities that will be required or ordered or a guarantee that the conditions affecting these has a requirements will be stable or normal. For further fabric specification(s), contact the above listed point(s) of contact. Period of Performance will be one year from date of contract award. CLIN 0002: First (1st) option period of CLIN 0001. CLIN 0003: Second (2nd) option period of CLIN 0001. CLIN 0004: Third (3rd) option period of CLIN 0001. CLIN 0005: Fourth (4th) option period of CLIN 0001. All option periods will be one (1) year in length and follow CLIN 0001 sequentially so as the total contract period of performance will not exceed five (5) years including all options. The Government will award a contract resulting from this solicitation to the r esponsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine best value to the Government: Price and delivery. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? 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 (incorporating 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietn am Era; 52.222-19, Child Labor ? Cooperation with authorities and remedies; 52.225-5, Restrictions on certain foreign purchases and; 52.232-33, Payment by electronic funds transfer - CCR); Ordering; 52.216-21, Requirement; 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233- 3, Protest After Award; 52.243-1, Changes; 52.249-2, Termination for Convenience of the Government (Fixed-Price); 52.249-8, Default (Fixed-Price Supply and Service); 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, Offeror Representations and Certifications Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 52.203-3, Gratuities; 252.225-7001, Buy American Act and Ba lance of Payments Program; 252.243-7001, Pricing of Contract Modifications. 252.243-7002, Requests for Equitable Adjustment. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation ? Commercial Items with their offer. The offeror shall also 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 to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided an y changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 30 March 2004, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
- Record
- SN00550823-W 20040321/040319212535 (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 |