Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

52 -- Laser Based Universal Length Measuring System

Notice Date
8/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700409T0287
 
Response Due
9/9/2009
 
Archive Date
9/24/2009
 
Point of Contact
Edwin Zapata 229-639-8459 Edwin Zapata 229-639-8459
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NUMBER: M67004-09-T-0287SOLICITATION CLOSES 9 September 2009, 13:00 A.M. EST Point of contact: Mr. Edwin Zapata, Contracts Dept. Attn: S1924, 814 Radford Blvd., STE 20270, Marine Corps Logistics Command, Albany, GA 31704-1128 (229)639-8459, email edwin.zapata@usmc.mil (preferred).FAX (229) 639-8232. 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 2005-36 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 334519 Other Measuring & Controlling Device Manufacturing, small business size standard of 500 people. 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. The following item is to be delivered to Marine Corps Logistics Command, Maintenance Center Albany, GA 31704. CLIN 0001: Laser-Based Universal Length Measuring System for High accuracy ID/OD gage calibration. Tolerance/range required for calibration of test equipment: resolution of 0.1 micro inch, internal measurement range of 1 to 62 inches, external measurement range of 0 to 64 inches, repeatability of +/- 3 micro inches (k=2), instrument uncertainty of +/-(5+0.7L) micro inches where L is the length of the item being measured. Measuring System should meet minimum specifications on Statement of Requirements. QTY 1 EA. CLIN 0002: Laser-Based Universal Length Measuring System for High accuracy ID/OD gage calibration. Tolerance/range required of master ring gages: resolution of 0.1 micro inch, internal and external measurement range of 0.02 to 14 inches, repeatability of +/- 1.6 micro inches (k=12) instrument uncertainty of +/-(2+0.5L) micro inches where L is the length of the item being measured. Measuring System should meet minimum specifications on Statement of Requirements. QTY 1 EA. CLIN 0003: Laser-Based Universal Length Measuring System for High accuracy ID/OD gage calibration. Tolerance/range required for calibration of test equipment: resolution of 0.1 micro inch, internal measurement range of 1 to 34 inches, external measurement range of 0 to 36 inches, repeatability of +/- 3 micro inches (k=2), instrument uncertainty of +/- (5+0.7L) micro inches where L is the length of the item being measured. Measuring System should meet minimum specifications on Statement of Requirements. QTY 1 EA. Interested vendors are to email Mr. Edwin Zapata at edwin.zapata@usmc.mil for Statement of Requirements. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; 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 Lowest price technically acceptable. 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 - 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 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; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-41 Service Contract Act of 1965; 52.225-1 Buy American A! ct) 52.222-50 Combating Trafficking in Persons; 52.223-3 Hazardous Material Identification And Material Safety Data; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration). 52.237-2 Protections of Government Buildings, Equipment and Vegetation; 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 Commercial Items (Incorporating -50.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021 Trade Agreemanents; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea). 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 website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0287/listing.html)
 
Record
SN01924668-W 20090826/090825003345-8967288c336e08439f78ecc450e4ca82 (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.