Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2007 FBO #2187
SOLICITATION NOTICE

28 -- Engines, Turbines, and Components

Notice Date
11/20/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700408T0025
 
Response Due
12/7/2007
 
Archive Date
1/6/2008
 
Point of Contact
Rebuild D7G Cat Engine 229-639-6474
 
Description
PRE-SOLICITATION NOTICES (includes combined synopsis/solicitations): Supply/service procurement code: 3519 ? Internal Combustion Engines Subject: Rebuild D7G 3306 CAT Engines Solicitation Number: M67004-08-T-0025 Response date: 11/30/07 Contact name: Sgt Aguilar, Jainer Contact phone: (229) 639-6474 (Phone) (229) 639-8232 (Fax) Description: Rebuild D7G Cat Engines. 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 811111 with a size standard of 6.5 Million. 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 items: CLIN 0001: Rebuild D7G 3306 Cat Engine. A quantity of 4 engines need to be rebuild. Please refer to the Attachment Sta tement Of Work for details. Note: 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 and Delivery are equally important, Technical Acceptance 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 Implem ent 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 Implem ent 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 provi ded 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 November 2007, at 0730 Eastern Standard Time. For those vendors interested in quoting, contact me for a complete parts listing for the kit. All responsible sources may submit a quote that will be considered by the Contracts Department, Marine Corps Logistics Command, Albany, Georgia. Email: Jainer.s.aguilar@usmc.mil. Phone/Fax are respectively: (229) 639-6474/8232. Contracting Officer?s Approval _______________________________________ (Signature) (Date)
 
Web Link
NECO
(https://www.neco.navy.mil)
 
Record
SN01456121-W 20071122/071120224321 (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.