Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding of Equipment

Notice Date
8/24/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700404T0075
 
Response Due
9/3/2004
 
Archive Date
10/3/2004
 
Point of Contact
Christopher D. Howard 229-639-6467 GySgt Mohead, KM, Contracting Officer
 
Description
Item 0001: 9515-01-AA0-HMCB. HEMMTT CAB INSULATION. WAREHOUSE 1331, DOOR 10, MCLB ALBANY, GA 31704-0325. Delivery date: 9/13/2004. 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 Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. This action is restricted to small businesses, has a NAICS code of 423830. and a size standard of 100 employees. This solicitation contains (1) one CLIN; it is the government's intent of awarding a firm-fixed price requirement contract for a base one-year with (4) one-year option periods. The Marine Corps Logistics Command; Albany, Georgia has a requirement for the following items. All work will be performed using applica! ble technical manuals and manufacturers service manuals. CLIN 0001: The following insulation/ seat belts will be replaced 100%: insulation, lower, behind seat, part # 1337030, qty 2; insulation, upper, behind seat, part # 1337040, qty 2; insulation, right, overhead, part # 1336990, qty 1; insulation, center, overhead, part # 1337010, qty 1; insulation, left, overhead, part # 1337000, qty 1; Insulation, center, rear, part # 1337050, qty 1; insulation, center, left rear, part # 1351230, qty 1; insulation, left front, over door, part # 1390740, qty 1; insulation, upper, behind door, part # 1336980, qty 2; insulation, center, behind door, part # 1343370, qty 2; insulation, left lower, behind door, part # 1336960, qty 1; insulation, left console, part # 1348350, qty 1; insulation blanket, part # 1348280, qty 2; insulation, right, console, part # 1348340, qty 1; insulation, right lower, behind door, part # 1336970, qty 1; insulation, right, over door, part # 1388080, qty 1; thre! e point seat belt, part # 3SK419, qty 2. All old insulation will be removed from the cab. The surface will be cleaned and prepared to adhesive manufacturer specifications for proper adhesion. New insulation (identified in paragraph 2) will be installed ensuring proper form and fit. Existing seat belts will be removed and replaced (identified in paragraph 2). Completed cab will be cleaned (all dirt and old insulation removed, all surfaces wiped down, all interior and exterior glass cleaned). Work will be performed on-site at Maintenance Center Albany. A facility will be provided. The contractor will be responsible for furnishing all tools, shop rags, and cleaning supplies. Current production schedule projects work will begin on or around 30 September 2004. Repair cycle time will be one calendar days with a production rate of one a day, Monday through Friday. No production is required on federal holidays. All material will be furnished by Maintenance Center Albany. On site! demonstration of repair process and test my be required at customers request. The service provider will provide quality service in accordance with the applicable documents listed above. The government reserves the right to select bids based on cost, delivery schedule, and as most advantageous to the government. The Government will award a 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 the best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.211-11, Liquidated Damages-Supplies, Services, or Research and Development; 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, Con! tract 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; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases and; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal hires; 52.222-43, Fair labor Sta! ndards Act and Service Contract Act- Price Adjustment (Multiple year and Option Contracts); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic funds transfer - CCR); 52.216-2, Economic Pricing Adjustment- Standard Supplies; 52.216-18, Ordering; 52.216-21, Requirements; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option To Extend The Term of The Contract; 52.223-6, Drug Free Workplace; 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233-3, Protest after Award; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of The Government (Fixed- Price); 52.249-8, Default (Fixed- Price Supply); 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, Offeror Representatives and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of C! ommercial Items (incorporating: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7001, Pricing of Contract Modifications. 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 http://farsite.hill.af.mil/vffara.htm with their offer. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register http://www.ccr.gov/ and Wide Area Work Flow http://wawftraining.com/ to be eligible for award. If a change occurs in this requirement, only those offerors th! at respond to this announcement within the required time frame will be provided any 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 03 September 2004, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Contracting Department, Marine Corps Logistics Command; Albany, Georgia. Email: christopher.howard@usmc.mil. Phone/Fax as respectively (229)639-6467/6791. *****
 
Record
SN00650858-W 20040826/040825042948 (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.