Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

29 -- Engine Accessories

Notice Date
4/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment 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
M6700409T0137
 
Response Due
4/28/2009
 
Archive Date
5/28/2009
 
Point of Contact
Mildred Faison 2296398530 Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLC Albany, GA 31704-3019, (229) 639-8530, email mildred.faison@usmc.mil (prefered). FAX (229) 639-8232
 
Small Business Set-Aside
Total Small Business
 
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 with, or attached to, this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is 100% Set-Aside for Small Businesses. Only offers received from certified small businesses will be considered for award. NAICS 333618 Other Engine Equipment Manufacturing / size standard of 1000 employees applies. A firm-fixed-price purchase order is the anticipated result of this effort. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. Quotes are to be submitted with freight included in the unit price (F.O.B. Destination). The destination is Marine Corps Logist! ics Command, Maintenance Center Albany, GA 31704. CLIN 0001: Fifteen (15) each Cummins 6BT Engine Rebuild Parts Kits, The kit components are provided in the attachment. The kit consists of various quantities of twenty-seven (27) separate parts packaged together as a kit. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; Purchase Order rating DO-C9; 252.211-7003 Item Identification and Valuation; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items, Evaluation factors in order of importance are Price, and Delivery time; 52.212-3(Alt 1) Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items Incorporating (52.222-50 Combating Trafficking in Persons w/alternate I; 52.233-3 Protest After Award; 52.233-4 Applicable! Law for Breach of Contract Claim; 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration). 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; Offerors responding to this announcement must provide the information required by and 252.212-7000 Offeror Representations and Certifications-Commercial Items with their offer, or indicate that they have entered the information via Online Representations and Certifications Application at https://orca.bpn.gov/login.aspx. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Com! mercial Items Incorporating (252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate III)). 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.247-34 F.o.b. Destination. The offeror must 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 we! bsite at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with all of the above required information must be received by the point of contact above by the Solicitation Closing date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51f321204dbe42237a05f9a35ef87ebb&tab=core&_cview=1)
 
Record
SN01791685-W 20090415/090413220628-c4b62570d6d1d55bce607f05d0c5c6b7 (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.