Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

51 -- Hand Tools

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700412R0036
 
Response Due
5/25/2012
 
Archive Date
6/9/2012
 
Point of Contact
Kevin Fralish 229-639-8594
 
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 2005-57 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 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 Parts 12.6. The North American Industry Classification Standard (NAICS) code 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing; Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1. Offerors shall state their own proposed delivery schedules if other than the desired delivery indicated on the Statement of Requirement (SOR). 2.Several weeks may separate the approval from one phase to the next and the awardee is advised not to procure materials for the next phase until approval is received. Any changes in the delivery schedule or slight changes in the SOR will be negotiated by mutual agreement if necessary. 3.Delivery / Ship to: Marine Corps Logistics Command, Maintenance Center, 814 Radford Blvd, Whse 1330, Dr 7, Bay 2, Albany, GA 31704. FOB Destination pricing is preferred. 4.DRAWINGS ARE POSTED ON THE CONTRACTS DEPARTMENT WEBSITE. http://www.logcom.usmc.mil/contracts/solicit/ CLIN 0001: (Prototype Phase)- Mortar Extractor Kit (1 EA), Fabricate in accordance with Statement of Requirement 2012E8009/Rev - A provided. The awardee shall fabricate and deliver one kit only and await approval to proceed to CLIN 0002. CLIN 0002: (Validation Phase)- Mortar Extractor Kit (1 EA), Fabricate in accordance with Statement of Requirement 2012E8009/Rev “ most current provided. The awardee shall fabricate and deliver one kit only and await approval to proceed to production phase. CLIN 0003: (Production Phase)- Mortar Extractor Kits (210 EA), Fabricate in accordance with Statement of Requirement 2012E8009/Rev “ most current provided. 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; 252.211-7003 Item Identification and Valuation (Alt I); 252.212-7000 Offerors Representations and Certifications ”Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors; 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; 252.232-7010 Levies on Contract Payments; 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 and time stated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412R0036/listing.html)
 
Record
SN02729605-W 20120426/120424235054-78cf9375ae45b48bba6576574b9a7d30 (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.