Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

49 -- MAINTENANCE AND REPAIR SHOP EQUIPMENT

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700411T0139
 
Response Due
4/25/2011
 
Archive Date
12/30/2011
 
Point of Contact
Dorothy Shirley 229-639-6762
 
E-Mail Address
dorothy.shirley@usmc.mil
(dorothy.shirley@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOL # M67004-11-T-0139 Closes 30 days from posting 4:30 PM EST TITLE: INLINE TRANSMISSION DYNAMOMETERS Point of contact: Ms. Dorothy Shirley, dorothy.shirley@usmc.mil, email responses preferred. Commercial number (229)639-6762, fax: (229)639-8232, Contracts Dept. (Code S1924), 814 Radford Blvd, Ste 20270, Marine Corps Logistics Command, Albany, Georgia 31704-1128. This combined synopsis/solicitation is 100% Small Business set-aside 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. NAICS Code 334519- Dynamometers Manufacturing - Size Standard 500 employees applies. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. A firm-fixed-price purchase order is the intended result of this effort. CLIN 0001: (1) each, Inline Transmission Dynamometer; Designed to be enclosed for Caterpillar and Clark transmission testing in accordance with (IAW) attached Statement of Requirement ( SOR) Revision A dated 8 Feb 2011. CLIN 0002: (2) each, Inline Transmission Dynamometers do not require enclosing IAW Attached SOR para 5.3. CLIN 0003: (3) each, Installation of Dynamometers IAW attached SOR para 11.0. CLIN 0004: (1) each, Operation Training for Government Personnel IAW SOR para 13. CLIN 0005: (1) each, Contractor ™s Commercial Warranty for Additional Three Years IAW SOR para 15. FOB DESTINATION: Marine Corps Logistics Command, Albany, GA 31704. Government ™s desired delivery date for Dynamometers is 180 days after award of contract. Installation is __15____ days after delivery of Dynos. Training is to commence after completion of installation and successful testing. Offeror is requested to list their proposed delivery schedule. The Contractor is authorized to exceed the delivery rate prior to time set forth in the schedule; provided there is no additional cost to the Government. The Offeror ™s quote is to be a firm fixed price. Contractor ™s quote includes transportation costs. Offeror agrees to hold price firm for 120 days. The following FAR/DFAR Clauses/Provisions apply 52.211-15-Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors ”Commercial Items with the following paragraph addenda: (b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other descriptive documents. If the vendor does not provide sufficient information for evaluation, the quote will not be considered-Technically Acceptable- and excluded from consideration. 52.212-2 Evaluation-Commercial Items, with the following paragraph addenda: In addition to the information in paragraph (a), Offers will be evaluated on the basis of Best Value to the Government, considering Technically Acceptable, Price, Delivery, and Past Performance. All factors are of equal importance. 52.212-3(Alt 1) Offeror 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 - 52.203-6 -- Restrictions on Subcontractor Sales to the Government; 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; 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 of the Viet Nam 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; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 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 Registrations); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.247-34-F.O.B. Destination; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 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; 252.225-7021 - Trade Agreements; 252.226-7001 Utilization of Indian Organizations, 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). 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0139/listing.html)
 
Place of Performance
Address: USMC/MCLC/Maintenance Center/Bldg 2200/814 Radford Blvd, Albany, GA
Zip Code: 31704
 
Record
SN02408366-W 20110326/110324234358-bdd5bfecfe5e04e57a4729a0511f81b1 (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.