Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

23 -- Combined Synopsis/Solicitation for Spares for the MRAPS Program Vehicles

Notice Date
5/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
31704-3019
 
Solicitation Number
M6700407T0070
 
Response Due
5/29/2007
 
Archive Date
8/31/2007
 
Point of Contact
Marietta Lane 229-639-8086
 
Description
23 – MRAPS VEHICLE SPARES SOL NUMBER: M67004-07-T-0070. SOL. CLOSES 29 MAY 2007, 4 :30 P.M. EST Point of contact is Marietta Lane, Contracts Dept. (Code 891-1) P.O. Drawer 43019, MCLB Albany, GA 31704, (229)639-8086, FAX (229) 639-6773 or email at marietta.lane@usmc.mil 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and Defense Acquisition Circular 91-13. FAR part 13.5 test procedures will be used for this acquisition. This constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE GOVERNMENT INTENDS TO NEGOTIATE A SOLE SOURCE INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT WITH FORCE PROTECTION INDUSTRIES INC (CAGE 1EFH8) FOR REPLENISHMENT SPARES FOR THE MINE RESISTANT AMBUSH PROTECTED SYSTEM (MRAPS) VEHICLE PROGRAM. THERE IS NO TECHNICAL DATA AVAILABLE AT THIS TIME. A total of 276 items; spares purchased by Force Protection part number only. The parts list can be downloaded from the following website! by clicking on the solicitation number: http://www.logcom.usmc.mil/contracts/solicit/. Items have not been cataloged as of this date, NSNs are unknown at this time. North American Industry Classification Standard (NAICS) code is 336992, size standard is 1,000 employees. Period of performance - 12-months after contract award. FOB Destination pricing is preferred. Ship To: Charleston AFB, SC. Mark For: Habbaniyah, IQ. [Contract will be awarded on an all or none basis with past performance, price, and delivery as the evaluation factors. ] The following FAR/DFAR Clauses/Provisions apply: 52.212-1 Instructions to Offerors—Commercial Items; 52.212-4 Contract Terms and Conditions – Commercial Items; 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data; 52.247-34 F.O.B. Destination; 252.211-7003 Item Identification and Valuation; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial! Items (Incorporating 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-5 Trade Agreements; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration;) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 52.203-3 Gratuities; 252.205-7000 Provision of In! formation to Cooperative Agreement Holders; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea). Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation – Commercial Items (Alt 1); with their offer incorporating 252.212-7000 Offeror Representations and Certifications—Commercial Items. 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 and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil . All responsible sources may s! ubmit a quote which shall be considered. Such offers must be support ed by information to enable the government to evaluate an offeror's ability to provide this item without the government providing technical data. NO TECHNICAL DATA IS AVAILABLE AT THIS TIME. Faxed or emailed quotes and the above required information must be received at this office on or before 29 May 2007. Numbered note 22 applies. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-JUL-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/USMC/M67004/M6700407T0070/listing.html)
 
Record
SN01347553-F 20070721/070720005118 (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.