Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

A -- Hydraulic Cylinder and Pumping System

Notice Date
6/12/2008
 
Notice Type
Presolicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Logistics Command, M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700408T0109
 
Response Due
6/23/2008
 
Archive Date
7/8/2008
 
Point of Contact
SSgt Tyson Zink 229-639-5768
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICES (includes combined synopsis/solicitations): Supply/service procurement code:4320 Subject: Hydraulic Cylinder and Pump System Solicitation Number:M67004-08-T-0109 Response date:23 June 2008 Contact name:SSgt Zink T.E. Contact phone:(229) 639-5768 (Phone)(229) 639-8232 (Fax) Hydraulic tank kit and componentsSOL NUMBER: M67004-08-T-0109. SOL. CLOSES 23 June 2008, 4:30 P.M. EST Point of contact is SSgt Zink T.E., Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLB Albany, GA 31704, (229)639-5768, FAX (229) 639-8232 or email at tyson.zink@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 may 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. Items have not been cataloged as of this date, NSNs are unknown at this time. North American Industry Classification Standard (NAICS) code is 333995, size standard is 500 employees. This will be a small business set aside. A firm-fixed price purchase order is contemplated. Government reserves the right to make one, multiple, or no awards resulting from this request. There is a total of three separate CLINS with different quantities. FOB DESTINATION PRICING IS PREFERRED. IF OTHER THAN FOB DESTINATION PRICING, APPLICABLE SHIPPING CHARGES MUST BE PROVIDED WITH THE VENDOR QUOTE AND THE SHIPPING CHARGE WILL BE ADDED RESULTING IN A FINAL TOTAL PRICE. Ship To: Albany, Georgia 31704. The following FAR/DFAR Clauses/Provisions apply: 52.212-1 Instructions to OfferorsCommercial 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; 52.211-15 Defense Priority and Allocation Requirements; 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; 52.219-28 Post-Award Small Business Program Representation; 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 Information to Cooperative Agreement Holders; 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, Offeror Representations and Certifications-Commercial Items; with their offer incorporating 252.212-7000 Offeror Representations and CertificationsCommercial 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 submit a quote which shall be considered. Such offers must be supported by information to enable the government to evaluate an offeror's ability to provide this item without the government providing additional technical data. TECHNICAL DATA IS AVAILABLE AT THIS TIME. If you would like a copy, please notify me (SSgt Zink) via email. ALL INTERESTED PARTIES MAY ATTEND A PREAWARD CONFERENCE ABOARD MCLB ALBANY 19 JUNE 2008 CONTACT SSGT ZINK FOR DETAILS. Faxed or emailed quotes and the above required information must be received at this office on or before 23 June 2008. Contracting Officers Approval_______________________________________ (Signature) (Date)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=61968765fb8646a645fe5788eaba286e&tab=core&_cview=1)
 
Record
SN01592526-W 20080614/080612220800-35197b2d60769abbbc36a99547ba62d9 (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.