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

25 -- Vehicular Equipment Components

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0148
 
Response Due
3/26/2010
 
Archive Date
6/16/2010
 
Point of Contact
MILDRED R. FAISON 229-639-8530
 
Small Business Set-Aside
N/A
 
Description
MCLC, Albany, GA has a requirement for: CLIN 0001 fourteen (14) kits, Cougar Transfer Case Stand, P/N 2010E8006; CLIN 0002 fourteen (14) kits; Cougar Engine Stand, P/N 2009E8006; CLIN 0003 fourteen (14) kits, Forward Hull Stand, P/N 2010E8009; CLIN 0004 fourteen (14) kits Cougar Transfer Case Removal Bracket, P/N 2010E8005; CLIN 0005 fourteen (14) kits Cougar AFT Hull Stand, P/N 2010E8010 built in accordance with a Statement of Requirement (SOR) that will be supplied with the solicitation. See the attached Statement of Requirement at MCLC Contract Department website http://www.logcom.usmc.mil/contracts/solicit/. All offers must be supported by sufficient information to enable the government to evaluate the technical aspects of the offer. Potential sources shall contact Ms Faison to be added to the List of Interested Parties for the subsequent solicitation.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government's Required Delivery time is within 14 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule; however, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's Required Delivery. The following FAR/DFARS clauses/provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.247-34 F.O.B. Destination; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation Commercial Items: Evaluating Factor is Lowest Price Technically Acceptable Offer; 52.212-3 (Alt 1) Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7013 Duty-Free Entry; 252.225-7036 Buy American Free Trade Agreements Balance of Payments; 252.232-7010 Levies on Contract Payments. Disclosure of Ownership or Control by the Government of a Terrorist Country; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Incorporating 52.222-50 Combating Trafficking in Person; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I); 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 Affirmative Action for Works with Disabilities; 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; 52.222-39 Notification of E! mployee Rights Concerning Payment of Union Dues or Fees; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-3 Payment by Electonic Funds Transfer Central Contractor Registration).Offerors responding to this announcement must provide the information required by 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 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7021 Trade Agreement; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustments; 252.247-7023 Transportation of Supplies by Sea);This requirement is 100% Set-Aside for Small Business, all responsible small business sources may submit a proposal which shall be considered. The North American Industry Classification Standard (NAICS) code is 332312, and size standard is 500 employees. Required Delivery is within 14 days from contract award. FOB Destination - Marine Corps Logistics Base Albany, GA 31704 preferred. NOTE: All Offerors must be registered in the Central Contractor Registration (CCR) Database - http://www.ccr.gov. The United States Marine Corps utilizes Wide Area Work Flow as its ONLY authorized method to electronically process vendor requests for payment (Invoices). If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. See Numbered Note(s) 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0148/listing.html)
 
Record
SN02094133-W 20100318/100316235825-76e064b7f542cc4622bb11b1e8b14592 (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.