Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

95 -- VEHICLE MOUNTED MINE DETECTOR TIEDOWN WELDMENT AND HARDWARE KITS

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700412R0019
 
Response Due
4/6/2012
 
Archive Date
5/6/2012
 
Point of Contact
ORONDE DOMINIQUE 229-639-6753 Capt Oronde Dominique
 
E-Mail Address
nance
 
Small Business Set-Aside
Total Small Business
 
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 2005-55 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement will be a 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 Part 12.6. The North American Industry Classification Standard (NAICS) code 332710 “ Machine Shop; Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1. DRAWINGS ARE POSTED ON THE CONTRACTS DEPARTMENT WEBSITE. http://www.logcom.usmc.mil/contracts/solicit/ Under the Solicitation Number. 2.Offerors shall state their proposed delivery schedules if other than the government ™s desired schedule stated in the Statement of Requirement (SOR). 3.The sample kits are required for the government to verify validity of the SOR and the contractor ™s compliance with same. If any minor changes are required to the SOR, any resultant changes in the produced product price will be readdressed with the contractor. 4. By law, all steel used in the manufacture of these supplies must have been produced in the United States, United Kingdom or Canada. 5. Delivery: Marine Corps Logistics Base, Albany GA 31704. śFOB Destination pricing is preferred ť. Contractor shall deliver all articles in accordance with the SOR. CLIN 0001: First Sample- Vehicle Mounted Mine Detector Redpack MKIII System Lift/Tie down Provision Weldment Kit, (1 Each), Fabricated in accordance with SOR 2011PM052/ Rev “ Base DTD 29 Nov 11, S-080-09A17040 “ A, and applicable drawings provided. The contractor is to produce and deliver the sample kit for verification of the SOR and will not produce any subsequent kits (CLIN 0002) without receiving written approval to proceed from the Contracting Officer. CLIN 0002: Production Quantity - Vehicle Mounted Mine detector Redpack MKIII System Lift/Tie down Provision Weldment Kit, (33 Each), Fabricated in accordance with SOR 2011PM052/ Rev “ Base DTD 29 Nov 11, S-080-09A17040 - A, and applicable drawings provided. The contractor shall not produce any kits of this CLIN without receiving written approval to proceed from the Contracting Officer. CLIN 0003: First Samples- Vehicle Mounted Mine Detector Trailer MKIII System Lift/Tie down Provision Weldment Kit (1 Each), Fabricated in accordance with SOR 2011PM053/ Rev “ Base, DTD 29 Nov 2011, S-080-09A17041 “ A, and applicable drawings provided. The contractor is to produce and deliver the sample kits for verification of the SOR and will not produce any subsequent kits (CLIN 0004) without receiving written approval to proceed from the Contracting Officer. CLIN 0004: Production Quantity - Vehicle Mounted Mine Detector Trailer MKIII System Lift/Tie down Provision Weldment Kit (33 Each), Fabricated in accordance with SOR 2011PM053/ Rev “ Base, DTD 29 Nov 2011, S-080-09A17041 “ A, and applicable drawings provided. The contractor shall not produce any kits of this CLIN without receiving written approval to proceed from the Contracting Officer. CLIN 0005: First Samples- Vehicle Mounted Mine Detector Husky MKIII System Lift/Tie down Provision Hardware Kit (1 Each), Fabricated in accordance with SOR 2011PM054/ Rev “ Base, DTD 29 Nov 2011, S-080-09A17042 “ A, and applicable drawings provided. The contractor is to produce and deliver the sample kits for verification of the SOR and will not produce any subsequent kits (CLIN 0006) without receiving written approval to proceed from the Contracting Officer. CLIN 0006: Production Quantity - Vehicle Mounted Mine Detector Husky MKIII System Lift/Tie down Provision Hardware Kit (144 Each), Fabricated in accordance with SOR 2011PM054/ Rev “ Base, DTD 29 Nov 2011, S-080-09A17042 “ A, and applicable drawings provided. The contractor shall not produce any kits of this CLIN without receiving written approval to proceed from the Contracting Officer. 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 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) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.247-34 F.o.b. Destination; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation; 252.212-7000 Offerors Representations and Certifications ”Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7020 Trade Agreements Certificate 252.232-7010 Levies on Contract Payments; 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; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 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 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on 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 Registration; 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; 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of 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 cover sheet and all of the above required information. All quotes must be received by the above listed Point of Contact, No Later Than (NLT) the Solicitation Closing Date stated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412R0019/listing.html)
 
Place of Performance
Address: MCLB WHSE 405, WEST END
Zip Code: , BARSTOW, CA
 
Record
SN02690674-W 20120309/120307234841-910157dd75bda8e2f9c6fef6ec3b6c02 (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.