Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

59 -- Electrical and Electronic Equipment Components

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0257
 
Response Due
8/17/2010
 
Archive Date
11/17/2010
 
Point of Contact
Anthony Brunson 229-639-6037
 
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 solicitation documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18 and Defense Acquisition Circular 91-13. The NAICS Code is 334412, and the small business standard is 500 employees. This acquisition is unrestricted. The Marine Corps Logistics Command, Albany, GA has a requirement for the following part: Item 0001: CIRCUIT CARD ASSEMBLY, Qty: 28 ea, NSN: 5998-01-203-7299. TECHNICAL DATA IS AVAILABLE. For drawings, contractors need to go to the following website: www.logcom.usmc.mil/contracts/solicit. Delivery FOB Destination to MCLB, Blg 1221 - Bay 5 8114 Radford Blvd Albany, Ga. 31704-1128. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation, will be considered 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: 52.212-1 Instructions to Offerors- Commercial Items; 52.211-15 Defense Priority and Allocation Requirements; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.204-7003 Control of Government Personnel Work Product; 252.211-7003 Item Identification and Valuation, Alt I; 252.211-7006 Radio Frequency Identification; 252.225-7002 Qualifying Country Sources As Subcontractors; 252.232-7010 Levies on Contract Payments; 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; 52.222-21 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; 52.222-54 Employment Eligibility Verification; 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 Compensation of Former DoD Officials; 252.225-7012 Preference for certain Domestic Commodities; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea, Alt III; 252.247-7024 Notification of 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 (CCR) AND WIDE AREA WORKFLOW (WAWF) TO BE CONSIDERED FOR AWARD. If your business is not registered in CCR, visit the CCR website at https://www.ccr.gov. 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. All responsible business sources may submit a quote that will be considered by the Marine Corps Logistics Command Contracts Dept. Offers can be mailed to Contracts Department (Code S1922), P.O. Drawer 43019, MCLC, Albany, GA 31704-3019. Express mail address: Contracts Department (Code S1922), 814 Blvd, Bldg 3700 Ste. 20270, MCLC Albany, GA 31704-1128 or emailed to anthony.brunson@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0257/listing.html)
 
Record
SN02225866-W 20100804/100802235357-2cf8beb0eb62548f021fefeb6c799f6f (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.