SOLICITATION NOTICE
38 -- SERVICE AGREEMENT FOR PREVENTIVE MAINTENANCE AND MINOR REPAIRS ON A 2002 LINK-BELT DIESEL CRANE, MODEL 6000 SCRAP MASTER.
- Notice Date
- 9/4/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M67001 Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700107Q0125
- Response Due
- 9/14/2007
- Archive Date
- 10/14/2007
- Description
- THIS REQUIREMENT IS BEING PUBLICIZED to satisfy the government?s requirement for a commercial item prepared in accordance with the format in subpart 5.1 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700107Q0125 is issued as a request for quotation (RFQ). All responsible sources may submit a response which, if timely received must be considered by the agency. The Service Contract Act of 1965, as amended, is applicable to this solicitation, unless a statutory exception applies pursuant to FAR Subpart 22.10. This solicitation is 100% set-aside for all qualified small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 423810 and the small business size standard is 100 employees. Line Item #0001: Service Agreement for preventive maintenance and unscheduled minor repairs for a 2002 Link-Belt Diesel Crane, Model 6000 Scrap Master, Serial Number LE3JE-6774A with Magnet and Grapple, Excavator Type with 572 hours of utilization. The Manufacturer is Link-Belt. PERIOD OF PERFORMANCE 01 OCTOBER 2007 THRU 30 SEPTEMBER 2008. Quantity: 1 Each. Equipment is located at DRMO, Lot 203, Marine Corps Base Camp Lejeune, North Carolina. Additional Information: Contractor is required to conduct repairs and preventative maintenance in line with the specified requirements listed in the Repair Manual for the Link-Belt Model 6000 Scrap Master. See Statement of Work attached. Provide quote with pricing for one (1) basic year and four (4) one-year option periods. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Te rms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required t o provide their Contractors? DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must be registered with WAWF and CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quote will be evaluated on a lowest priced technically acceptable ba sis. The closing date and time for this solicitation is 14 September 2 007 at 1600 hr (4:00 PM) EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to jose.e.rodriguez1@usmc.mil or fax to (910) 451-2193.
- Web Link
-
NECO
(http://neco.navy.mil)
- Record
- SN01394538-W 20070906/070904221938 (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 |