Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

23 -- Baggage Carts

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0244
 
Response Due
9/22/2010
 
Archive Date
10/7/2010
 
Point of Contact
Daniel O. Brooker (229) 639-8183
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies prepared in accordance with the format in Federal Acquisition Regulation (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 2005-44 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This solicitation is 100% set-aside for Small Business. The North American Industry Classification Standard (NAICS) code 336212 Truck Trailer Manufacturing applies - Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. The anticipated result of this solicitation is a Firm-fixed-Price award. CLIN 0001: BAGGAGE CART; Quantity: 20 Each SPECIFICATIONS: *Baggage cart needed to move parts/ cargo around the industrial area *Size: 5' wide x 12' Long x 8' box height with an access door opening of 84  on both sides *Total height of trailer not to exceed 118  *Trailer must have working load limit of 8000 lbs *Track width 51 , Tires, Pneumatic, 4.00  x 8  x 16 Dia *Reflectors, 8-3  Dia. Amber on Front, Red on rear *Corner Bumpers, Smooth Vinyl *Curtains, Vinyl with webbed reinforcement *Tow bar Actuated Front Wheel Brakes *Rhino Liner sprayed floor *Entire Baggage Cart: Epoxy powder coated (white) *20 to 25 mph towing speeds *Tongue overall length 45  *Ring, round, 4.5  outside dia. 3  inside dia. Ring material is 1  dia *Front tongue height is 11.5  to center of connecting rod, fifth wheel type steering *Rear towing hitch E-type, 12.5  to bottom of hitch, 2.5  opening to receive other trailers, rated 20,000lbs, pin dia 1 1/8  dai. Delivery location: Marine Corps Logistics Command, Maintenance Center, Albany, GA 31704. FOB Destination pricing is required. The following FAR/DFARS clauses/provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation “ Commercial Items: Evaluating Factors in order of precedence are - Lowest Price Technically Acceptable; and Past Performance; 52.212-3 (Alt 1) Offeror Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.222-99; Notification Of Employee Rights Under The National Labor Relations Act; 52.247-32 F.O.B. Origin, Freight Prepaid; 252.211-7003 Item Identification and Valuation; 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 Statutes or Executive Orders “ Commercial Items [additionally incorporating selected clauses -52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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; 52.225-13 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 [additionally incorporating selected clauses - 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustments; 252.247-7023 Transportation of Supplies by Sea]. 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. 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. Email (preferred) or faxed quotes with all of the above required information must be received by the point of contact below by the Solicitation Closing Date. Point of Contact: Daniel Brooker, (229) 639-8183, email offers directly to Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLC Albany, GA 31704-3019, daniel.brooker@usmc.mil (Preferred), FAX (229) 639-6793
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0244/listing.html)
 
Place of Performance
Address: P.O. Drawer 43019, MCLC, Albany, GA
Zip Code: 31704
 
Record
SN02271545-W 20100909/100908063922-df8ac2718d572459544ad69f631ee3d9 (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.