Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

20 -- BEB 8022 BRIDGE ERECTION BOAT EXHAUST SYSTEM INSULATION

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811112 — Automotive Exhaust System Repair
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700411T0302
 
Response Due
9/12/2011
 
Archive Date
10/31/2011
 
Point of Contact
ERIC SPYCHALSKI 229 639-5768
 
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 with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% set-aside for Small Business. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The supplies will be solicited and awarded as commercial items in accordance with procedures prescribed in FAR Parts 12 and 13.5. The North American Industry Classification Standard (NAICS) Code 811112 Automotive Exhaust System Repair - Size Standard $7M applies The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.Dependent on the method/material selected based on the Best Value the contractor will either (1) be sent Items A-H for insulation to be applied at the contractors location and after the insulation is applied the contractor will return the kit for inspection, evaluation and approval or (2) supply materials and instructions, in accordance with note 2 below, to permit insulation of the kit to Items A-H by the Albany Maintenance Center. 2.This requirement has four (4) developmental kits followed by a production quantity. The four kits will be submitted one at a time, inspected, approved, evaluated and possibly revised, before proceeding to next phase. 3.Desired delivery times are provided. Offerors shall state their own proposed delivery schedules if other than the desired delivery. If due to evaluation the schedule is revised a new delivery schedule shall be negotiated with the contractor. 4.Delivery: Ship to: Marine Corps Logistics Command, Maintenance Center, Albany, GA 31704. FOB Destination pricing is required. CLIN 0001 Design Phase Item A: Turbo Exit Starboard Side (1 Ea), Item B: Flex Tubing Adapter (2 Ea), Item C: Intermediate Pipe (1 Ea), Item D: Muffler (2 ea), Item E: Starboard side Exhaust Exit Pipe (1 Ea), Item F: Turbo Exit Pipe Port Side (1 Ea), Item G: Intermediate Pipe Port Side (1 ea), Item H: Port Side Exhaust Pipe (1 Ea). Fabricate in accordance with the Statement of Requirement attached. Desired delivery is thirty (30) calendar days after award. CLIN 0002 Prototype Phase Item A: Turbo Exit Starboard Side (1 Ea), Item B: Flex Tubing Adapter (2 Ea), Item C: Intermediate Pipe (1 Ea), Item D: Muffler (2 ea), Item E: Starboard side Exhaust Exit Pipe (1 Ea), Item F: Turbo Exit Pipe Port Side (1 Ea), Item G: Intermediate Pipe Port Side (1 ea), Item H: Port Side Exhaust Pipe (1 Ea). Fabricate in accordance with the Statement of Requirement (most recent version) provided. Desired delivery is fifteen (15) calendar days after notification by Contracting Office. CLIN 0003 Validation Phase Item A: Turbo Exit Starboard Side (1 Ea), Item B: Flex Tubing Adapter (2 Ea), Item C: Intermediate Pipe (1 Ea), Item D: Muffler (2 ea), Item E: Starboard side Exhaust Exit Pipe (1 Ea), Item F: Turbo Exit Pipe Port Side (1 Ea), Item G: Intermediate Pipe Port Side (1 ea), Item H: Port Side Exhaust Pipe (1 Ea). Fabricate in accordance with the Statement of Requirement (most recent version) provided. Desired delivery is fifteen (15) calendar days after notification by Contracting Office. CLIN 0004 Proof In Principle Phase Item A: Turbo Exit Starboard Side (1 Ea), Item B: Flex Tubing Adapter (2 Ea), Item C: Intermediate Pipe (1 Ea), Item D: Muffler (2 ea), Item E: Starboard side Exhaust Exit Pipe (1 Ea), Item F: Turbo Exit Pipe Port Side (1 Ea), Item G: Intermediate Pipe Port Side (1 ea), Item H: Port Side Exhaust Pipe (1 Ea). Fabricate in accordance with the Statement of Requirement (most recent version) provided. Desired delivery is fifteen (15) calendar days after notification by Contracting Office. CLIN 0005 Production Quantity Item A: Turbo Exit Starboard Side (108 Ea), Item B: Flex Tubing Adapter (216 Ea), Item C: Intermediate Pipe (108 Ea), Item D: Muffler (216 ea), Item E: Starboard side Exhaust Exit Pipe (108 Ea), Item F: Turbo Exit Pipe Port Side (108 Ea), Item G: Intermediate Pipe Port Side (108 ea), Item H: Port Side Exhaust Pipe (108 Ea). Desired Delivery will be determined at a later date The following FAR/DFARS 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. (b)(4)(i) If proposing an alternative or similar product that meets the form, fit and function of any part of this requirement, vendors are required to indicate the specific reference in the SOR and provide sufficient information for a technical advantageousness evaluation. If the vendor does not provide sufficient information for evaluation, the quote will not be considered -Technically Advantageous - 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, the following will be considered: 1.Technically Advantageous 2.Price, 3.Delivery 4.Past Performance Technical Advantageousness is more significant than Price, Delivery and Past Performance which 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 Statutes or Executive Orders “ Commercial Items 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000.00). (Not applicable to subcontracts for the acquisition of commercially available off the shelf items). 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; 52.222-40 Notification of Employee Rights; 52.223-18 Contractor Policy on Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration; 52.247-34 F.O.B Destination; 252.211-7003 Item Identification and Valuation (Alt I); 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 [additionally incorporating selected clauses - 52.203-3 Gratuities; 52.245-1 Government Property; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7012 Preference for Certain Domestic Commodities; 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 and Receiving Reports; 252.232-7010 Levies on Contract Payments 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: Eric Spychalski, (229) 639-5768, mail/email offers directly to Contracts Dept. (Code S1924) 814 Radford Blvd, MCLC, Albany, GA 31704-1128, Email: eric.spychalski@usmc.mil (Preferred), FAX (229) 639-8232.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0302/listing.html)
 
Record
SN02529236-W 20110812/110810235832-0d57191e0b3a6b0540eefe7d5b0795c4 (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.