Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
SOLICITATION NOTICE

93 -- AAV Insulation Kits

Notice Date
9/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700409T0335
 
Response Due
10/5/2009
 
Archive Date
10/20/2009
 
Point of Contact
Edwin Zapata 229-639-8459 Edwin Zapata
 
Small Business Set-Aside
Total Small Business
 
Description
93 - All Other Rubber Product ManufacturingSOLICITATION NUMBER: M67004-09-T-0335SOLICITATION CLOSES 5 October 2009, 13:00 A.M. EST Point of contact: Mr. Edwin Zapata, Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLB Albany, GA 31704-3019, (229)639-5768, 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 2005-33 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is Unrestricted. NAICS 326299 all other rubber product manufacturing, size standard of 500 people applies. 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 Insulation Kits are to be delivered to Marine Corps Logistics Command, Maintenance Center Albany, GA 31704. CLIN 0001: AAV Engine Compartment Insulation kits; Fabricate to specifications on Drawings 5429131, 5429132 & 5429133. QTY 55 Kits Interested sources can acquire the drawings by emailing Edwin Zapata at edwin.zapata@usmc.mil. 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 Technical Specification, Price and Delivery Time. 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 - 52.219-6 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; 52.222-50 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 - 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 (Alternate 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 see Statement of Work Attached to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0335/listing.html)
 
Record
SN01973490-W 20090930/090929000758-58246533b7aa448a649f4ea98fc2374f (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.