Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2003 FBO #0684
SOLICITATION NOTICE

28 -- Rebuilt Engine and Transmission for HEMTT

Notice Date
10/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700404Q0021
 
Response Due
10/24/2003
 
Archive Date
11/22/2003
 
Point of Contact
SSgt Fails C. M (229) 639-5768 SSgt Fails, C.M. (229) 639-5768
 
Description
GySgt KM Mohead, Contracting Officer. 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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 and Defense Acquisition Circular 91-13. This action is set-aside small business and has a NAICS code of 333618 and 336350. This solicitation contains (2) CLINs with the purpose of issuing a firm fixed-price requirement contract for one year. The Government will order a maximum of ten (10). The Marine Corps Logistics Command, Albany, G eorgia, has a requirement for the following items: CLIN 0001: Rebuilt 8V92 reliabilt engine. Part number: R8087-7899. HEMTT will have a core exchange to turn in for each engine purchased. Example: Serial number 08VF116536 for configuration purpose. CLIN 0002: Rebuilt HT740 Dependabilt Transmission. Part number: D23014539. Example: Serial number 2510107659 for configuration purpose. HEMTT will have a core exchange to turn in for each engine transmission purchased. The contractor will be required to pick-up engine and transmission from work area Bldg 2200 and deliver to Warehouse 1331 door 10 at Maintenance Center, MCLC, Albany, GA 31704. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to e valuate offers and determine best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR Clauses/Provisions apply: 52.252-1, Solicitation Clauses Incorporated by Reference; 52.212-2, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Registrations ? Commercial Items (http://www.arnet.gov/far), 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 (incorporating: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with authorities and remedies; 52.225-1, Buy American Act ? Balance of payments program - supplies; 52.225-13, Restrictions on certain foreign purchases and; 52.232-33, Payment by electronic funds transfer - CCR); 52.243-1, Changes; 252.212-7000, Offeror Representations and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.205-7000, Provision of Information to Cooperative Agreement Holders); 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment. 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 contained in 52.212-3, Evaluation ? Commercial Items with their offer. In the event that FAR 52.212-3 cannot be obtain send an e-mail or fax requesting a copy. The offeror shall also 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 to be eligible for award. www.ccr.gov. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information m ust be received at this office on or before 24 October 2003, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Command, Albany, GA, Contracting Dept. Facsimile number (229) 639-6791 and e-mail address failscm@logcom.usmc.mil.
 
Record
SN00451329-W 20031012/031010213239 (fbodaily.com)
 
Source
FedBizOpps.gov 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.