Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

J -- Service, Sandblasting of Ramp Bay and Interior Ramp Bay.

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700409T0307
 
Response Due
9/7/2009
 
Archive Date
9/22/2009
 
Point of Contact
SSgt Tyson Zink 229-639-5768 SSgt Tyson Zink, Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLB Albany, GA 31704-3019, (229)639-5768, email tyson.zink@usmc.mil (preferred).FAX (229) 639-8232
 
Small Business Set-Aside
Total Small Business
 
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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33 and Defense Acquisition Circular 91-13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Quotation is 100% Set-Aside for Small Businesses. Only offers received from certified small businesses will be considered for award. NAICS 238990 All other specialty trade contractors / size standard of $14,000,000.00. 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. All Ramp components are to be picked up and delivered to 814 Radford Blvd Bldg 1331, Albany GA, 31704 CLIN 0001: Service, Sand blast Ramp Bay In Accordance With Statement of Work. See Attached SOW. (1 Ea) CLIN 0002: Service, Sand blast Ramp Bay In Accordance With Statement of Work. See Attached SOW. (1 Ea) (Option) CLIN 0003: Service, Sand blast Ramp Bay In Accordance With Statement of Work. See Attached SOW. (1 Ea) (Option) CLIN 0004: Service, Sand blast Ramp Bay In Accordance With Statement of Work. See Attached SOW. (1 Ea) (Option) CLIN 0005: Service, Sand blast Ramp Bay In Accordance With Statement of Work. See Attached SOW. (1 Ea) (Option) CLIN 0006: Service, Sand blast Ramp Bay In Accordance With Statement of Work. See Attached SOW. (1 Ea) 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 Offerers-Commercial Items; 52.212-2 Evaluation - Commercial Items, Evaluation factors in order of importance are-Lowest price technically acceptable; 52.212-3(Alt 1) Offerer 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 - 52.219-6 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; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires WG-5423 Plan 5/5; Sandblaster (1 ea) $16.43 USD per hour 1) Ten paid holidays, 2) Paid annual leave (vacation) of two hours each week for employees with less than three years of service, three hours each week for employees with three years but less than fifteen years of service, and four hours each week for employees with fifteen or more years of service.; 52.222-50 Combating Trafficking in Persons; 52.223-3 Hazardous Material Identification And Material Safety Data; 52.223-5 Pollution Prevention and Right to know Information; 52.223-10 Waste Reduction Program; 52.225-13; 52.223-14 Toxic Chemical Release Reporting; 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. 52.217-8 Option to Extend Services; 52.217-9 Option to Extend Terms of the Contract; 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 - 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (A! lternate III)). 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. All interested parties may view the Statement of Work Attached to this solicitation, and photos of the items to be blasted will be availble for veiwing @ http://www.logcom.usmc.mil/contracts/solicit/. The successful offeror shall be required to submit proof of insurance. All offerors must meet Federal OHSA, EPA, and HAZMAT regulations and may be subject to a site inspection of the facility that will perform the work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0307/listing.html)
 
Record
SN01927012-W 20090828/090827000142-2adbdcd97a46d5742048dd47b761af11 (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.