Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

34 -- Metalworking Machinery

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700407T0113
 
Response Due
9/11/2007
 
Archive Date
10/11/2007
 
Description
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 2005-19 and Defense Acquisition Circular 91-13. FAR part 13.5 test procedures will be used for this acquisition. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is a 100% set aside for small business under NAICS CODE: 333512, 500 employees. The Marine Corps Logistics Command , Albany, GA has a requirement for the following item: CLIN 0001:HORIZONTAL BORING MILL. Quantity: 1 EA. For specifications, please email Melissa Keene, Contract Specialist, at melissa.keene@usmc.mil. Installation and Training requested. The contractor shall extend to t he 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 Offerors quote is to be firm fixed price. Delivery- FOB Destination to Marine Corps Logistics Base Barstow, CA 92311. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation and is considered of best value to the Government. [The following factors shall be used to evaluate offers, listed in descending order of importance: Technical, Price, Past performance and Delivery.] The following FAR/DFAR Clauses/Provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.225-7002 Qualifying Country Sources as Subcontractors; 52.211-7003 Item Identification and Valuation; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order s - Commercial Items (incorporating 52.203-6 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; 52.222-3 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 Payments of Union Dues or Fees; 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 Applicab le to Defense Acquisitions of Commercial Items (incorporating 52.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program; 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 regi stered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mi l. All responsible sources may submit a quote which shall be considered. 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. Faxed or emailed quotes and the above required information must be received at this office on or before 011 September 2007. See Numbered Note(s) 1.
 
Record
SN01386763-W 20070829/070827221946 (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.