Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

36 -- Special Industry Machinery

Notice Date
6/1/2009
 
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
M6700409T0198
 
Response Due
6/17/2009
 
Archive Date
7/17/2009
 
Point of Contact
Sandra Roberts 229-639-6774
 
Small Business Set-Aside
N/A
 
Description
Contact Person: Sandra Roberts, Purchasing Agent, Code S1922, (229) 639-6763, E-mail: sandra.e.roberts1@usmc.mil. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and Defense Acquisition Circular 91-13. The NAICS Code is 333298 and the small business size standard is 500. This is a total small business set aside. The Marine Corps Logistics Command, Albany, GA has a requirement for the following item: CLIN 0001: Blast Cabinet System in accordance with Attachment Number 1. Quantity 1 EA. Deliver to ! Maintenance Center (Code 882), 814 Radford Blvd, Bldg 2200 SR 8, Marine Corps Logistics Base, Albany, GA 31704. The Offerors quote is to be for a firm-fixed price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation; will be considered of best value to the Government. [The following factors shall be used to evaluate offers, listed in descending order of importance: Price and delivery time.] The following FAR/DFAR Clauses/Provisions apply: 52.212-1 Instructions to Offerors - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.204-7003 Control of Government Personnel Work Product, 252.225-7002 Qualifying Country Sources as Subcontractors; 252.211-7003 Item Identification and Valuation; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 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;), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests. 252.247-7023, Transportation of Supplies by Sea, Alternate III. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warra! nty is available at no additional cost to the Government. 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 Certifications-Commercial Items. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. 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 WIDER 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 If a change occurs in this requirement; only those offerors tha! t respond to this announcement within the required time. frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before June 17, 2009. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Command Contracts Dept.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0198/listing.html)
 
Record
SN01832499-W 20090603/090601235040-843b8ac05bb83aabccc25275ca3c397e (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.