Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

79 -- PORTABLE CLEANING SYSTEMS

Notice Date
3/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700412T0114
 
Response Due
3/23/2012
 
Archive Date
4/16/2012
 
Point of Contact
MRS. BENITA KITCHEN 229-639-8232 MRS. BENITA KITCHEN
 
E-Mail Address
Corps
 
Small Business Set-Aside
Competitive 8(a)
 
Description
79 “ Cleaning Equipment & Supplies SOLICITATION M67004-12-T-0114 Closes : 23 March 2012 4:30 PM EST Sub: PORTABLE CLEANING SYSTEMS Encl: (1) Delivery Instructions (2) Technical Requirements A.POINT OF CONTACT Mrs. Benita Kitchen, benita.kitchen@usmc.mil, email responses preferred. Commercial number (229)639-6771, fax: (229)639-8232, Contracts Dept. (Code S1924), 814 Radford Blvd, Ste 20270, Marine Corps Logistics Command, Albany, Georgia 31704 “ 1128. B.NOTICE 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 2005-55 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is being issued as a śBrand Name or Equal ť. The requirement will be solicited and awarded as a Firm-Fixed-Price contract for commercial supplies in accordance with procedures prescribed in FAR Parts 12 and 15. The NAICS Code is 333319, Other Commercial and Service Industry Machinery Manufacturing, and the small business size standard is 500 employees. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. Notes: 1.Delivery: FOB DESTINATION PRICING IS PREFERRED -DOVER AIR FORCE BASE (AFB) FY9125 436 APS TRTC ATTN: JEFF WRIGHT BLDG 550 CP 302 667 550 ATLANTIC DOVER, DE 19902-5601 -CONTRACTOR: Delivery is required 10 days after receipt of award and all articles shall be in accordance with the Statement of Requirement (SOR), Enclosure 1. 2. By law, all steel used in the manufacture of these supplies must have been produced in the the United States, United Kingdom or Canada. CLIN 0001: ALKOTA “ MODEL MWT-330-65, QTY (5) EA, See enclosure (2) -Including cleaning materials with spare parts kit CLIN 0002: (OPTION) “ PURCHASE ADDITIONAL PRESSURE WASHERS QTY (5) EA The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation; will be considered of best value to the Government and is on the approved sources list. All responsible sources may submit a proposal that shall be considered. Such offers must be supported by information to enable the government to evaluate an offeror's ability to provide this item without the government providing technical data. C.CLAUSES The following FAR/DFARS clauses/provisions apply: 52.201-1 Definitions 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: In addition to the information in paragraph (b), Offers will be evaluated on the basis of Best Value to the Government, the following will be considered: 1.Technical 2.Price 3.Delivery 4.Past Performance “ (Offerors are requested to provide Points of Contact, Description, and Delivery Dates of previous contracts for similar supplies they have provided in the last three to five years). 5.Price, Delivery and Past Performance are of equal importance. 52.212-3 (Alt 1) Offeror Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.247-34 F.O.B Destination; 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7004 Subcontracting With Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offeror 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 Statutes or Executive Orders “ Commercial Items Incorporating the following: 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). 52.219-28 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; 52.223-18 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; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Incorporating the following: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7003 Control of Government Personnel Work Product, 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea; D.RESPONSIBILITY The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. 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/M6700412T0114/listing.html)
 
Record
SN02697621-W 20120317/120315234817-7903963e819480f495b3f6de809e24f3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.