Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding of Equipment

Notice Date
3/16/2010
 
Notice Type
Presolicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0131
 
Response Due
4/1/2010
 
Archive Date
7/16/2010
 
Point of Contact
Christa Gilford 229-639-6166
 
Small Business Set-Aside
N/A
 
Description
. The Marine Corps Logistics Command in Albany, GA intends to solicit and negotiate a Sole Source firm fixed price contract to Harris Corporation. 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. All responsible sources may submit a proposal which shall be considered. Such offers must be supported by information to enable the government to evaluate an offeror's ability to provide this item without the government providing technical data. The rights to use the data needed to purchase this part from additional sources are not owned by the Government and cannot be purchased. NO TECHNICAL DATA IS AVAILABLE. 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 811213 and the small business size standard is $6.5M. This acquisition is restricted. The Marine Corps Logistics Command, Albany, GA has a requirement for the following item: CLIN 0001: REBUILD SATELLITE TERMINAL, MULTIBAND, Quantity 5 Each, P/N: A0807, NSN: 5895-01-495-9106. The Offerors quote is to be for a firm-fixed price. Delivery FOB Destination to MCLC BLDG 1221 DR 20 MF FSD STOR MAINTBR WHSE 1231 DR 11, Albany, GA 31704-5000. [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: 52.212-1 Instructions to Offerors-Commerical Items; 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; 252.232-7010 Levies On Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.204-7003 Control of Government Personnel Work Product; 252.209-7004 Subcontracting With Firms that are Owned or Controlled by the Government of a Terrorist Country; 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; 52.219-9 Small Business Subcontracting Plan; 52.219-16 Liquidated Damages-Subcontracting Plan;! 52.219-28 Post-Award Small Business Program Rerepresentation; 52.219-8 Utilization of Small Business Concerns; 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 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; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small Bu! siness Subcontracting Plan (DoD Contracts); 252.225-7001 Buy American Act And Balance Of Payments Program; 252.225-7012 Preference For Certain Domestic Commodities; 252.225-7014 Preference For Domestic Specialty Metals; 252.225-7021 Trade Agreements; 252.226-7001 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises; And Native Hawaiian Small Business Concerns) 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests 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; with their offer. NOTE: 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 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. 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.See Numbered Note(s) 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0131/listing.html)
 
Record
SN02093391-W 20100318/100316235024-f56d97f3c6e9845bcc12de3f1e80af6d (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.