Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding of Equipment

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700412R0023
 
Response Due
6/8/2012
 
Archive Date
9/8/2012
 
Point of Contact
FRANCINE RICHARDSON 229-639-6474
 
Small Business Set-Aside
N/A
 
Description
CLASSIFICATION CODE: J - Maintenance, Repair and Rebuilding of Equipment SUBJECT:Rebuild of Semi-Trailer Refueler NAICS CODE:811211 (small business size standard is $7 million) SOLICITATION NO:M67004-12-R-0022 SOLICITATION CLOSES: 8 June 2012 @ 4:00 PM EST Point of contact is Francine W. Richardson, Contracts Department. (Code S1922) 814 Radford Blvd, Ste. 20270, MCLC Albany, GA 31704, (229) 639-6474, fax (229) 639-6793, or email francine.richardson@usmc.mil. This is a combined synopsis/solicitation for a commercial rebuild, that is 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 2005-56 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The requirement will be solicited and awarded as a Firm-Fixed-Price contract for commercial rebuild in accordance with procedures prescribed in FAR Parts 12 and 15. A firm-fixed price contract is anticipated. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. The Marine Corps Logistics Command (MCLC) Albany, Georgia, Contracts Department (S1922) intends to solicit and award a firm fixed price contract to Kalyn Siebert (CAGE 63576) for the following: CLIN 0001: Rebuild of Semi-Trailer Refueler, Qty 13 each; NSN 2330-01-559-3657, Part Numer MIL-MK970A, in accordance with Attachment #1, Statement of Work (SOW). CLIN 0002: Contract Data Items. Reports to be submitted and in accordance with Exhibit A (Contract Data Requirements List) to the SOW. The required delivery is ninety (90) days after induction into the rebuild cycle. FOB ORIGIN pricing is preferred. The Government shall be responsible for transportation costs and from the repair facility. Ship to information: (MMSA01) Traffic Management Officer, MCLC BLDG 1221, DR 20, Albany, GA 31704. The following FAR/DFARS clauses/provisions apply: 52.202-1 - 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 (a), Offers will be evaluated on the basis of Best Value to the Government, the following will be considered: 1. Past Performance (Offerors are requested to provide Points of Contact, Description, and Delivery Dates of previous contracts for similar services they have provided in the last three to five years). 2. Delivery 3. Price Past Performance, Delivery and Price are of equal importance. 52.212-3 Alt I - Offeror Representations and Certifications “ Commercial Items 52.212-4 - Contract Terms and Conditions “ Commercial Items 52.247-32 -- F.O.B. -- Origin, Freight Prepaid 52.247-65 -- F.O.B. -- Origin, Prepaid Freight -- Small Package Shipments 252.211-7003 - Item Identification and Valuation 252.211-7006 - Radio Frequency Identification 252.212-7000 - Offeror 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 Statutes or Executive Orders “ Commercial Items incorporating the following: 52.203-6 Alt I - 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) 52.219-8 - Utilization of Small Business Concerns 52.219-9 -- Small Business Subcontracting Plan 52.219-16 -- Liquidated Damages -- Subcontracting Plan 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 Banning Text Messaging While Driving 52.223-9 - - Estimate of Percentage of Recovered Material Content for EPA Designated Items 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: 52.203-3Gratuities 252.203-7000 - - -Requirements Relating to Compensation of Former DoD Officials 252.205-7000 - - Provision of Information to Cooperative Agreement Holders 252.219-7003 - - Small Business Subcontracting Plan (DoD Contracts) 252.225-7001 - - Buy American Act And Balance Of Payments Program 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 252.243-7002 - -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 (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. See Numbered Note(s) 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412R0023/listing.html)
 
Record
SN02739776-W 20120506/120504235430-3832758e533fef9edb49d961f2892ab9 (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.