Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
SOLICITATION NOTICE

49 -- Maintenance and Repair Shop Equipment

Notice Date
12/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700405Q0021
 
Response Due
12/22/2004
 
Archive Date
1/21/2005
 
Description
This is a combined synopsis/solicitation for commercial item 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; quotations 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 2001-25 and Defense Acquisition Circular 91-13. This action is being procured on an unrestricted basis; no small business set-aside is being considered. The NAICS code for this action is 811310. This solicitation contains (1) one CLIN; with the purpose of issuing a Firm-Fixed Price Contract. Prior to bidding on this a site visit will be required. The following items and installation of the items are required This project description provides the minimum requirement! s for supply and installation of 3ea. SPANCO stand-alone bridge crane assemblies with support steel or their equivalent. Each Bridge Crane shall be equipped with 2ea. complete bridge assemblies. Each bridge assembly shall be rated at a minimum of 500 lbs. The bridge crane assembly shall have a minimum trolley clevis height of 9ft. Runway length shall be approximately 34 ft. bridge length shall be approximately 9ft. 6 in. The contractor for the purpose of achieving maximum required coverage while maintaining required clearances shall tailor actual dimensions. Each bridge shall be equipped with a Yale 500 lb. Capacity, single speed @ 16 FPM 110 volt, chain hoist or equivalent; the chain hoist shall be equipped with a chain basket. Each bridge crane shall be assembled. Offerors are required to reconfigure item to Marine Corps specifications. The contract quantity is for three (3) Spanco Bridge Crans.. All offerors must request a statement of work from the Contracting ! Specialist and cooridinate a time for the site visit. Contractor will be responsible for shipping, loading, and unloading off all units. Certified factory trained personnel will perform all installation and warranty work. All work will be conducted on-site. The work shall be located at the Armor Production facility adjacent to bldg. 2200 of the Marine Corps Logistics Base in Albany GA. The exact location will be shown by a Maintenance Center Representative. 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: ! 52.203-3, Gratuities, 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: 52.203-6 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; 52.222-44, Fair labor Standards Act and Service Contract Act- Price Adjustment; 52.225-13, Restrictions on Certain Foreign Purchases; 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 Commercial Items (incorporating: 252.225-7001, Buy American Act and Balance of Payments Program;252.232-7003, Electronic Submission; 252.243-7001, Pricing of Contract Modifications. The contractor shall extend to the Government the full coverage o! f 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, Offeror Representations and Certifications-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 that 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 22 December 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: daniel.lovasz@usmc.mil . Phone/Fax as respectively (229)639-6794/6791.
 
Record
SN00718774-W 20041210/041208212200 (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.