Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOLICITATION NOTICE

62 -- Light, Dome

Notice Date
12/7/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700406Q0025
 
Response Due
12/19/2005
 
Archive Date
1/19/2006
 
Description
MSgt Heath, D, Contracting Officer. 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; quotes 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 2005-06 and Defense Acquisition Circular 91-13. This action is restricted to small businesses. The NAICS code for this action is 423610 with a size standard of 500 employees. This solicitation contains (1) CLIN with the intent of awarding a firm-fixed price contract. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following item: CLIN 0001: Seven Hundred (700) Dome Lights. National Stock Number: 6220-00-337-7463. Note: Exception to DWG 7064961, delete dimension 0.236 and add 0.221 to 0.308. Exception to DWG 12314082: Pressed Stipple Surface (Plunger Surface) shall be 250 microinch finish maximum and 5 microinch finish minimum. Exception to DWG 7526000: In lieu of swage and solder contact, alternate method per TACOM DWG 11669528, may be used. Exception to DWG 7320656: Paint and prime per DWG 12369002 in lieu of DWG 12369003. Exception to Drawing available 7320651, use Mil-S-13623 TY 2 Class 3 I/L/O. Exception: Use MIL-STD-130K dated Jan 2000 in Lieu of MIL-STD-130L. 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. 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, Delivery and Past Performance. The following FAR 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 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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; Restrictions on Certain Foreign Purchases and; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration); 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.243-1, Changes ? Fixed Price; 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 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests); 252.243-7001, Pricing of Contract Modifications. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Registrations ? 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 Establishment 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 19 December 2005, 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: thomas.bridgett@usmc.mil . Phone/Fax are respectively: (229) 639-6784/6791.
 
Record
SN00947690-W 20051209/051207212603 (fbodaily.com)
 
Source
FedBizOpps 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.