Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

54 -- DOUBLE WALL OIL WASTE TANK with FORK TUBES

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700415T0119
 
Response Due
9/28/2015
 
Archive Date
10/13/2015
 
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 Subparts 12.6 and 13 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 2005-83. 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 North American Industry Classification System (NAICS) code 332420- Metal Tank (Heavy Gauge) Manufacturing; Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.Delivery Location: Marine Corps Logistics Base, Albany GA 31704. Description: CLIN 0001: Double Wall Waste Oil Tank with Fork Tubes, (See attached Specification Requirements), (Qty 23). Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. The following FAR/DFAR Clauses/Provisions apply: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-2 Security Requirements 52.204-7 Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13 Central Contractor Registration Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors ”Commercial Items; 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items; 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 52.222-50 Combating Trafficking in Persons; 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; 52.232-39 Unenforceability of Unauthorized Obligations; 52.247-34 F.O.B. Destination; 52.247-65 F.O.B. Other; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7005 Oral Attestation of Security Responsibilities; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Identification and Valuation; 252.225-7000 Buy American--Balance of Payments Program Certificate; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7020 Buy American ”Balance of Payments Program Certificate; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payments Requests; 252.232-7006 Wide Area Workflow WAWF; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications 252.246-7006 Warranty Tracking of Serialized Items; 252.247-7022 Representation of Extent of Transportation by Sea; 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://www.sam.gov/portal/public/SAM/. 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 (call the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ba6c2b266dbd6d2b618ef881ef87e5b8)
 
Record
SN03862419-W 20150830/150829000242-ba6c2b266dbd6d2b618ef881ef87e5b8 (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.