Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

59 -- Electrical and Electronic Equipment Components

Notice Date
5/5/2009
 
Notice Type
Presolicitation
 
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
M6700409T0162
 
Response Due
6/5/2009 11:59:00 PM
 
Archive Date
7/5/2009
 
Point of Contact
Mathew Watts 229-639-6078
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial suppliesprepared in accordance with the format in FAR Subpart 12.6, as supplementedwith additional information included in this notice. This announcementconstitutes the only solicitation; quotations are being requested and AWRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issuedas a Request for Quotation. This solicitation document and incorporatedprovisions and clauses are those in effect through Federal AcquisitionCircular 2005-18 and Defense Acquisition Circular 91-13. The NAICS Code is334419 and the small business size standard is 500. MCLC, Albany, GA intendsto negotiate a full and open competitive, firm fixed price contract insupport of the AN/TPS 59 Radar for the following: CLIN 0001: Cover Antenna, Quantity 60 Each, P/N: 725016A2633; CLIN 0002: Cover, Quantity 60 Each, P/N: 725016A634; CLIN 0003: Circuit Board, Quantity 40 Each, P/N: 734149M; CLIN 0004: Hood Antenna Element, Quantity 72 Each, P/N: 725016A2867; The Offerors quote is to be for a firm-fixed price. Delivery FOB Destinationto Marine Corps Logistics Base, Barstow Ca. 92311-5015. Responsible sourcesmay submit a proposal which shall be considered. TECHNICAL DATA IS AVAILABLEIS AT THE FOLLOWING SITE: http://logcom.usmc.mil/contracts/solicit/ NOTE: The Government will award a contract resulting from this solicitationto the responsible offeror whose offer conforming to this solicitation; willbe considered of best value to the Government. [The following factors shallbe used to evaluate offers, listed in descending order of importance: Priceand delivery time.] The following FAR/DFAR Clauses/Provisions apply:52.212-1 Instructions to Offeror-Commercial; 52.211-15 Defense Priority andAllocation Requirements; 52.212-4 Contract Terms and Conditions - CommercialItems; 52.247-34 F.O.B. Destination; 252.225-7002 Qualifying Country Sourcesas Subcontractors; 252.232-7010 Levies on Contract Payments; 52.212-5Contract Terms and Conditions Required to Implement Statues or ExecutiveOrders - Commercial Items (Incorporating 52.203-6 Restrictions onSubcontractor Sales to the Government; 52.219-8 Utilization of SmallBusiness Concerns; 52.219-28 Post Award Small Business Program; 52.222-3Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities andRemedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, EqualOpportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36Affirmative Action for Workers with Disabilities; 52.222-37 EmploymentReports on Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans; 52.222-39 Notification of Employee Rights ConcerningPayment of Union Dues or Fees; 52.222-41 Service Contract Act of 1965;52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13Restrictions on Certain Foreign Purchases; 52.232-33 Payment by ElectronicFunds Transfer - Central Contractor Registration;), 252.212-7001 ContractTerms and Conditions Required to Implement Statutes or Executive OrdersApplicable to Defense Acquisitions of Commercial Items incorporating52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation ofFormer DoD Officials; 252.225-7012 Preference for Certain DomesticCommodities; 252.225-7014 Preference for Domestic Specialty Metals;252.225-7015 Restriction on Acquisition of Hand or Measuring Tools;252.225-7036 Buy American Act-Free Trade Agreements-Balance of PaymentsProgram; 252.232-7003 Electronic Submission of Payment Requests andReceiving Reports; 252.243-7002 Requests for Equitable Adjustment;252.247-7023 Transportation of Supplies by Sea). The contractor shallextend to the Government the full coverage of any standard commercialwarranty normally offered in a similar commercial product, provided suchwarranty is available at no additional cost to the Government. Offerorsresponding to this announcement must provide the information contained in52.212-3, Evaluation - Commercial Items (Alt 1); with their offerincorporating 252.212-7000 Offeror Representations andCertifications-Commercial Items. The offeror shall also provide itsCommercial and Government Entity (Cage) code, Contractor Establishment code(DUNS number) and Tax Identification Number. CONTRACTORS MUST BE REGISTEREDIN THE CENTRAL CONTRACTOR REGISTER AND WIDE AREA WORKFLOW (WAWF) TO BECONSIDERED FOR AWARD. The United States Marine Corps utilizes WAWF as itsONLY authorized method to electronically process vendor requests forpayment. If your business is not currently registered to use WAWF-RA, visitthe WAWF-RA website at https://wawf.eb.mil.If a change occurs in thisrequirement; only those offerors that respond to this announcement withinthe required time frame will be provided any changes/amendments andconsidered for future discussions and/or award. Written, facsimile, oremailed quotes and the above required information must be received at thisoffice on or before 05 June 2009. All responsible business sources maysubmit a quote that will be considered by the Marine Corps Logistics CommandContracts Dept. Contract Specialist: Mathew Watts, Email:mathew.watts@usmc.mil, phone: 229-639-6078, fax: 229-639-6791.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=44ecf763142f7bad22fc697bf7e9ec2d&tab=core&_cview=1)
 
Record
SN01809140-W 20090507/090505220904-44ecf763142f7bad22fc697bf7e9ec2d (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.