Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2004 FBO #0871
SOLICITATION NOTICE

J -- Painting of Vehicles and Equipment

Notice Date
4/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700404Q0056
 
Response Due
4/23/2004
 
Archive Date
5/23/2004
 
Point of Contact
Major Kenneth A. Burger (229) 639-8562
 
E-Mail Address
Email your questions to burgerka@logcom.usmc.mil
(burgerka@logcom.usmc.mil)
 
Description
This is a combined synopsis/solicitation for commercial items 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 WRIITEN SOLICIATION IS NOT BEING 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 2001-21 and Defense Acquisition Circular 91-13. This action is set-aside for small business. This solicitation contains (7) CLINs. Each item associated with a CLIN needs to be re-painted white. See the attachment for CLIN structure. The equipment/vehicles listed in each CLIN will need to be sanded, scuffed, and if rust is present, sand blasted and treated with rust inhibiter. Equipment/v ehicles will then need to be primed and painted white. A four day repair cycle time is required. The Government will deliver and pick up the equipment/vehicles. Vendors outside a 50-mile radius from Marine Corps Logistic Base, Albany, GA will not be considered. Government will award a firm-fixed priced contract resulting from this solicitation to the responsible 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, Technical Acceptance, and Delivery. The following FAR Clauses/Provisions apply: 52.252-1, Solicitation Clauses Incorporated by Reference; 52.212-2, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Registrations - Commercial Items (http://www.arnet.gov/far), 52.212-4 Con tract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (incorporating: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 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 Vietnam Era; 52.222-19, Child Labor - Cooperation with authorities and remedies; 52.225-13, Restrictions on certain foreign purchases and; 52.232-33, Payment by electronic funds transfer - CCR); 52.222-41, Service Contract Act of 1965 as Amended; 52.222-42, Statement of Equivalent Rates of Federal Hires; 52.243-1, Changes; 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.205-7000, Provision of Information to Cooperative Agreement Holders); 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. In the event that FAR 52.212-3 cannot be obtain send an e-mail or fax reque sting a copy. 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 (www.ccr.gov). Contractors will be required to invoice via WAWF-RA (https://wawf.eb.mil). If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. There will be an industry day at 9:00AM est on 19 April 04 at the Humanitarian Assistance Program warehouse (bldg 1360) aboard Marine Corps Logistic Base, Albany, GA. If you desire to attend please contact Maj Burger by 12:00PM est 16 Apr 04 at (229) 639-8562 so that you can obtain access to the base and direc tions. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 23 April 2004, at 4:30PM est. All responsible sources may submit a quote by either FAX or email that will be considered by the Contracts Department, Marine Corps Logistics Command, Albany, GA. Facsimile number (229) 639-6791 and e-mail address burgerka@logcom.usmc.mil.
 
Record
SN00564909-W 20040415/040413212523 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.