SOLICITATION NOTICE
59 -- Electrical and Electronic Equipment Components
- Notice Date
- 11/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0028
- Response Due
- 11/25/2009
- Archive Date
- 1/25/2010
- 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 334111, FSC Code is 6625, and the small business size standard is 1,000 employees. The Marine Corps Logistics Command, Albany, GA. intends to solicit and negotiate a Sole Source firm Fixed Price contract to TERADYNE Inc.for the following item: CLIN 0001: PLUG-IN UNIT, ELECTR, Quantity 15 Each, P/N: M918-02, NSN: 6625-01-567-4127. The Offerors quote is to be for a firm-fixed price. Delivery FOB Destination to Defense Distribution Depot Albany, Mark For M98551, Transportation Officer Bldg 1221 Bay 5 MCLC Albany GA 31704-1128. 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; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.211-7003 Item Identification and Valuation; 252.211-7006 Radio Frequency Identification; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Mofifications; 252.204-7003 Control of Government Personnel Work Product, 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; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.203-6 Restrictions On Subcontractor Sales To The Government; 52.219-8 Utilization of Small Business concerns; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, an! d Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 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 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compesation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Request for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea). 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. Written, facsimile, or emailed (preferred) quotes and the above required information must be received by the point of contact above by the Closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0028/listing.html)
- Record
- SN02001683-W 20091112/091110235544-40d7c35cb03e729b9627ad6bd25c4652 (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 |