Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

J -- BLASTING AND CADMIUM PLATING

Notice Date
3/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332813 — Electroplating, Plating, Polishing, Anodizing, and Coloring
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700411T0165
 
Response Due
3/31/2011
 
Archive Date
4/1/2011
 
Point of Contact
SSgt Ricky Edwards 229-639-6794
 
E-Mail Address
CONTACT HERE
(ricky.edwards@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: BLASTING AND CADMIUM PLATING SOLICITATION NUMBER: M67004-11-T-0165 SOLICITATION CLOSES: 31 Mar 2011 4:30 PM EST Point of contact: SSgt Ricky Edwards, ricky.edwards@usmc.mil, (email responses preferred), Contracts Dept. (Code S1924), 814 Radford Blvd, Ste 20270, MCLB Albany, GA 31704-1128, (229)639-6794, fax: (229)639-8232. This is a combined synopsis/solicitation for commercial services 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 2005-49 and Defense Acquisition Circular 91-13. śTHIS NOTICE CONSTITUTES THE ONLY SOLICITATION ť; this requirement is 100% Set-Aside for Small Businesses. The North American Industry Classification Standard (NAICS) code 332813 “ Electroplating, Plating, Polishing, Anodizing, and Coloring - Size standard 500 Employees applies. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract with an option, for this requirement. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. Notes: 1. Offers received with no alternate delivery schedule will be considered to be in accordance with the Statement of Requirement provided. 2. Ship to: Marine Corp Logistics Command, Maintenance Center, Albany, GA 31704. Pick up and delivery of parts is required. CLIN 0001: Blasting and Cadmium Plating, Girder Bridge Set “ 1EA. Plate Government owned and furnished materials in accordance with the Statement of Work and list of components provided. CLIN 1001(OPTION): Blasting and Cadmium Plating, Girder Bridge Set “ 1EA. Plate Government owned and furnished materials in accordance with the Statement of Work and list of components provided. CLIN 1002(OPTION): Blasting and Cadmium Plating, Girder Bridge Set “ 1EA. Plate Government owned and furnished materials in accordance with the Statement of Work and list of components provided. CLIN 1003(OPTION): Blasting and Cadmium Plating, Girder Bridge Set “ 1EA. Plate Government owned and furnished materials in accordance with the Statement of Work and list of components provided. The following FAR/DFAR 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, Evaluation factors in order of importance are - Lowest price technically acceptable, Delivery and Past Performance. 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items (Incorporating - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration; 52.222-41 Service Contract Act; 52.222-42 Statement of Equivalent Rates for Federal Hires;) 52.217-5 -- Evaluation of Options; 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (365 days); 52.247-34 F.o.b. Destination; 252.211-7003 Item Identification and Valuation; Offerors responding to this announcement must provide the information required by and 252.212-7000 Offerors 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 - 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7036 (Alt I) Buy American Act ”Free Trade Agreements--Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea.); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; The offerors 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0165/listing.html)
 
Place of Performance
Address: 814 Radford Blvd, Ste 20270, Albany, GA
Zip Code: 31704
 
Record
SN02402804-W 20110318/110316235209-03f8bf46c0eff7d05dd5fbfc957a5545 (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.