Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2003 FBO #0702
SOLICITATION NOTICE

49 -- Kits for 7.5 Ton Crane

Notice Date
10/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
M67004 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700404Q0006
 
Response Due
12/5/2003
 
Archive Date
1/4/2004
 
Point of Contact
Sgt Summerlin, T. N 229-639-6474 Sgt Summerlin, T. N 229-639-6474 GySgt Mohead, K. M 229-639-6734
 
Description
GySgt Mohead, KM, 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; proposals 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 restricted to small businesses and has a NAICS code of 333120 with a size standard of 750 employees. This solicitation contains (1) CLIN with subclins with the intent of awarding a firm-fixed price requirement contract for a base year with 4 option years. The Marine Corps Logis tics Command, Albany, Georgia, has a requirement for the following items: CLIN 0001: 11 kits listed for the LRT 110, 7.5 ton crane service life extension program; CLIN 0001AA: General purpose kit; CLIN 0001AB: Suspension kit; CLIN 0001AC: LMI kit; CLIN 0001AD: Cab kit; CLIN 0001AE: Battery cable kit; CLIN 0001AF: Electrical kit; CLIN 0001AG: Wiring harness kit; CLIN 0001AH: Power train kit; CLIN 0001AI: Hydraulics kit; CLIN 0001AJ: Wheel cylinder kit; CLIN 0001AK: Hose kit. Contractors must request a copy of the specifications for each kit in writing via fax or email. The kits will be delivered FOB Destination to the following address: MAINTENANCE CENTER, WAREHOUSE 1331, DOOR 10, BAY 3, ALBANY, GA 31704. Bids will be accepted for individual kits and as a complete set. The government reserves the right to select bids for individual kits or as a complete set based on cost, del ivery schedule, and as most advantageous to the government. 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 evaluate offers and determine the best value to the Government: Price, Technical Acceptance and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-3, Offeror Representatives and Certifications ? Commercial Items, www.arnet.gov; 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: 52.222-2 1, 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; 52.222-3, Convict Labor; 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; 52.232-33, Payment by electronic funds transfer ? CCR); 52.243-1 Alt II, Changes ? Fixed Prices; 252.212-7000, Offeror Representatives 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: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings); and 252.243-7001, Pricing of Contract Modifications. 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, Offeror Representatives and Certifications ? Commercial Items. In the event that FAR 52.212-3 cannot be obtained send an email or fax requesting a copy. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. 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 must be received at this office on or before 5 December 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, Georgia, Contracting Department. Email: summerlintn@logcom.usmc.mil, Fax:(229) 639-6791
 
Record
SN00461067-W 20031030/031028213415 (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.