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

J -- Maintenance, Repair, and Rebuilding of Equipment

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
M6700409T0134
 
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 remanufactureprepared 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 is811310 and the small business size standard is $6.5 Million. MCLC, Albany,GA intends to negotiate a sole source, firm fixed price contract withMORRIS MATERIAL HANDLING, INC. (27315) for the following: CLIN 0001: (Repair) M88A2 Winch Drum Power Op, Qty 2 Each, P/N: 9323A38F3; The Offeror's quote is to be for a firm-fixed price. Delivery FOBDestination to Marine Corps Maintenance Center, Barstow CA. 92311-5050 isrequested. Responsible sources may submit a proposal which shall beconsidered. Such offers must be supported by information to enable thegovernment to evaluate an offeror's ability to provide this item without thegovernment providing technical data. The rights to use the data needed topurchase this part from additional sources are not owned by the Governmentand cannot be purchased. NO TECHNICAL DATA IS AVAILABLE. NOTE: NOTE: TheGovernment will award a contract resulting from this solicitation to theresponsible offeror whose offer conforming to this solicitation; will beconsidered of best value to the Government. [The following factors shall beused to evaluate offers, listed in descending order of importance: Price anddelivery time.] The following FAR/DFAR Clauses/Provisions apply: 52.212-1Instructions 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; 52.225-13 Restrictions on Certain ForeignPurchases; 52.232-33 Payment by Electronic Funds Transfer - CentralContractor Registration;), 252.212-7001 Contract Terms and ConditionsRequired to Implement Statutes or Executive Orders Applicable to DefenseAcquisitions of Commercial Items incorporating 52.203-3 Gratuities;252.203-7000 Requirements Relating to Compensation of Former DoD Officials;252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014Preference for Domestic Specialty Metals; 252.225-7015 Restriction onAcquisition of Hand or Measuring Tools; 252.225-7036 Buy American Act-FreeTrade Agreements-Balance of Payments Program; 252.232-7003 ElectronicSubmission of Payment Requests and Receiving Reports; 252.243-7002 Requestsfor Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea).The contractor shall extend to the Government the full coverage of anystandard commercial warranty normally offered in a similar commercialproduct, provided such warranty is available at no additional cost to theGovernment. Offerors responding to this announcement must provide theinformation contained in 52.212-3, Evaluation - Commercial Items (Alt 1);with their offer incorporating 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 29 May 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. See Numbered Note(s) 22.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=866cc6ee77c5b563ebd616a61d6b6ebf&tab=core&_cview=1)
 
Record
SN01809254-W 20090507/090505221134-866cc6ee77c5b563ebd616a61d6b6ebf (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.