Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

19 -- Ships, Small Craft, Pontoons, and Floating Docks

Notice Date
8/28/2008
 
Notice Type
Presolicitation
 
NAICS
441222 — Boat Dealers
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Support Activity - MCRCO Midwest, M67386 MARINE CORPS REGIONAL CONTRACTING OFFICE MARINE CORPS SUPPORT ACTIVITY 15430 Andrews Road Kansas City, MO
 
ZIP Code
00000
 
Solicitation Number
M6738608T8006
 
Response Due
9/9/2008
 
Archive Date
10/10/2008
 
Point of Contact
Sandra Brackney 816-843-3710 Andrea Leach, Contracting Officer (816) 843-3704<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice, M67386-08-T-8006. This announcement constitutes the only solicitation; proposals are being requested and A SEPERATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 205-11. This Procurement is issued as restricted for small business. 52.219-6 Notice of Total Small Business Set Aside. The Standard Industrial Code is (NAICS code is 441222) Marine Corps Mobilization Command Kansas City has the following requirement: 1.) PONTOON BOAT, 2009 BENNINGTON 2250GL, 2.) BOAT TRAILER 2008 BM TANDEM AXEL BRAKES TRAILER, 3.) VINYL LINNER FLOOR, 4.) HOUR METER (INSTALLED) 5.) SKI BAR (INSTALLED) OR EQUAL Freight to Kansas City, Missouri should be included in price. FOB: Destination. Offeror shall provide unit price and amount for each.. The requirement is for a firm-fixed price contract. The solicitation will be issued with the anticipation of obtaining current pricing information for the CLIN listed. In accordance with 52.211-8 Time of Delivery, offeror must provide a time-frame for delivery. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.215-1 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: Items. FAR 52.211-6, Brand Name or Equal. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications (Jun 2006); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Aug 2006); FAR 52.219-1, Small Business Program Representations, (May 2004). FAR 52.252-1 DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 ChangesFixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. Invoices will be paid by means of Wide Area Work Flow (WAWF) accoriding to DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004), DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 7/11/05; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-35 F.O.B Destination, Within Consignees Premises. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitations minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your companys products that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PST, SEPT 8, 2008 and will be accepted via FAX (816)-843-3730, Attn: Sandra Brackney(816-843-3710) e-mail: sandra.brackney@usmc.mil. Do not e-mail. Mailing address: Marine Corps Regional Contracting Office, Marine Corps Mobilization Command, 15430 Andrews Road, Building 605, Kansas City, Missouri (MO) 64147. Clause information can be downloaded from the internet from the following addresses; http://farsite.hill.af.mil or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a8ad75d59eef5d489b734d47eec594e&tab=core&_cview=1)
 
Record
SN01654919-W 20080830/080828223921-70411d4db79eb3d9567aeac74322d462 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.