Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

51 -- Hand Tools

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
M6700409T0116
 
Response Due
7/28/2009
 
Archive Date
8/28/2009
 
Point of Contact
Christa Gilford 229-639-6166
 
Small Business Set-Aside
N/A
 
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 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 332710 and the small business size standard is 500 employees. This acquisition is unrestricted. The Marine Corps Logistics Command, Albany, GA has a requirement for the following items: CLIN 0001: JACK ASSEMBLY, PART NUMBER 5-4-2866-1, QTY 8 EA; CLIN 0002: JACK LEVELING SUPPORT, PART NUMBER 5-4-2866 QTY 4 EA. The offerors quote is to be a firm-fixed price. Delivery FOB Destination to Albany, GA 31704. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to this solicitation; is considered to be the best value to the Government. [The following factors shall be used to evaluate offers, listed in descending order of importance: Price, delivery time, and past performance.] The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 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; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercia! l Items (Incorporating 52.219-28 Post Award Small Business Program Rerepresentation; 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 Officals,, 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 Alt 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 warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation - Commercial Items (Alt 1); with their offer incorporating 252.212-7000 Offeror Representations and Certifications-Commercial Items. 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 that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Offerors shall be mailed to: Contracts Department Code S1922 (Attn: Christa Gilford), MCLC, P.O. Drawer 43019, Albany, GA 31704. Express mail address: Contracts Department (Code S1922), MCLC, 814 Radford Blvd, Building 3700, 3rd Floor, Room 303, Albany, GA 31704 or email to christa.gilford@usmc.mil. Written, facsimile, or emailed (preferred) quotes and the above required information must be received to by the point of contact above by the Closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0116/listing.html)
 
Record
SN01872222-W 20090712/090711000930-1a3dc1d5a5b5f0a5630bb6eb09b7987c (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.