Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

W -- COVERALLS

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700405Q0142
 
Response Due
9/26/2005
 
Archive Date
10/26/2005
 
Description
This is a combined synopsis/solicitation for commercial services 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 2005-04 and Defense Acquisition Circular 91-13. This action is unrestricted, has a NAICS Code of 315212, and a size standard of 500 employees. This solicitation contains five (5) CLINs; it is the government's intent of awarding a firm-fixed price requirement contract for a base one-year with (2) one-year option period. The Marine Corps Logistics Command, Albany, GA has a requirement for the following item: CLIN 0001: Lease and cleaning of Sandblast coveralls; QTY: 540 each. CLIN 0002: Lease and cleaning of CWC 746 Preservation coveralls; QTY: 84 each. CLIN 0003: Lease and cleaning of CWC 748 Component Paint coveralls; QTY: 540 each. CLIN 0004: Lease and cleaning of CWC 749 Paint Shop coveralls; QTY: 540 each. CLIN 0005: Coveralls for Toolroom Use, Painter type; QTY: 100 each. See attached Statement of Work for specifications. The coveralls will be delivered FOB Destination to the following address: MAINTENANCE CENTER, BUILDING 2200, SUITE 20325, ALBANY, GA 31704. 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: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial I tems; 52.212-3, Offeror Representatives and Certifications - 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; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic funds transfer - CCR); 52.243-1 Alt II, Changes - Fixed Prices; 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 of Payment Requests); and 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 Workflow 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 26 September 2005, at 12:00 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. SEE ATTACHMENT FOR STATEMENT OF WORK Email: tremakia.summerlin@usmc.mil, Fax: (229) 639-6791
 
Record
SN00895400-W 20050916/050914212921 (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.