Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

66 -- Physical Properties Test Equipment

Notice Date
8/26/2011
 
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
M6700411T0319
 
Response Due
9/9/2011
 
Archive Date
9/9/2011
 
Point of Contact
George Tipton III 229-639-6418 George Tipton III
 
E-Mail Address
.tipton@usmc.mil<br
 
Small Business Set-Aside
N/A
 
Description
FEDERAL SUPPLY CODE: 66- Physical Properties Test Equipment SOLICITATION NUMBER: M67004-11-T-0319 SOLICITATION CLOSES: 9 September @ 4:30 PM EST Point of Contact: George Tipton III, Contracts Department, (Code S1924), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6418, Email responses preferred: george.tipton@usmc.mil This is a combined synopsis/solicitation for commercial 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 2005-53 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is Full and Open. Only offers received from certified small businesses will be considered for award. The North American Industry Classification Standard (NAICS) code 334519 Other Measuring and Controlling Device Manufacturing size standard of 500 employees applies. A firm-fixed price contract is anticipated. The government reserves the right to make one, multiple or no awards resulting from this solicitation. Notes: 1.Ship to Address: Marine Corp Logistics Command, Maintenance Center, Albany, GA 31704. CLIN - 0001 Air Cooled Shaker System QTY “ 1 Meeting or exceeding the specifications provided in the Statement of Requirement (SOR) attached. 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 with the following paragraph addenda: Offers will be evaluated on the basis of Lowest Price - Technically Acceptable, 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 Statutes or Executive Orders “ Commercial Items 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). 52.219-8 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; 52.222-36 Affirmative Action for Workers with Disabilities; 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; 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 - 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7036, Buy American Act ”Free Trade Agreements ”Balance of Payments Program 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments 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 (CCR) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0319/listing.html)
 
Place of Performance
Address: Store Room 8 Door N7 Bldg 2200, Albany, GA
Zip Code: 31704
 
Record
SN02552617-W 20110828/110827000807-461774df4e7bde220757c58954d77134 (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.