SOLICITATION NOTICE
29 -- REBUILD FUEL INJECTION PUMPS
- Notice Date
- 6/5/2008
- Notice Type
- Presolicitation
- NAICS
- 336312
— Gasoline Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command, M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700408T0127
- Response Due
- 6/19/2008
- Archive Date
- 7/4/2008
- Point of Contact
- Jainer Aguilar 229-639-6474
- Small Business Set-Aside
- N/A
- Description
- Supply/service procurement code:7699 Repair Shops and Related Services Subject: Rebuild Fuel Injection Pumps Solicitation Number:M67004-08-T-0127 Response date:06/16/08 Contact name:Sgt Aguilar, Jainer Contact phone:(229) 639-6474 (Phone)(229) 639-8232 (Fax) Description: Rebuild Fuel Injection Pumps This is a combined synopsis/solicitation for commercial services 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 2005-06 and Defense Acquisition Circular 91-13. This action is restricted to small businesses. The NAICS code for this action is 336312 with a size standard of 750 Employees. This solicitation contains (1) CLIN with the intent of awarding a firm-fixed price contract with a base option year and 2 option years. The quantity expected to be repair each year is to be a minimum of 100 pumps and a maximum of 300. The Marine Corps Logistics Command, Albany, Georgia, has a requirement for the following items: CLIN 0001: Rebuild Fuel Injection Pump, the Part Number is DB2831-5149. Please refer to the Attachment Statement of Work for details.Note: 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. 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 and Delivery are equally important, Technical Acceptance and Past Performance. The following FAR Clauses/Provisions apply: 52.211-11, Liquidated Damages Supplies, Services, or Research and Development; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Registrations 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 (incorporating 52.219-6, Notice of Total Small Business Set-Aside; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, Child Labor Cooperation with Authorities and Remedies; Restrictions on Certain Foreign Purchases and; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration); 52.232-8, Discounts for Prompt Payment; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.243-1, Changes Fixed Price; 52.252-2, Solicitation Clauses Incorporated by Reference; 252.212-7000, Offeror Representations and Certifications Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests); 252.243-7001, Pricing of Contract Modifications. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Registrations Commercial Items http://farsite.hill.af.mil/vffara.htm with their offer. 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 http://www.ccr.gov/ and Wide Area Work Flow https://wawf.eb.mil/ 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 June 16, 2008, at 1200 Eastern Standard Time. For those vendors interested in quoting, contact me if you need additional information. All responsible sources may submit a quote that will be considered by the Contracts Department, Marine Corps Logistics Command, Albany, Georgia. Email: Jainer.s.aguilar@usmc.mil. Phone/Fax are respectively: (229) 639-6474/8232.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=28d0ad404856167fc0755ecd93d4c7be&tab=core&_cview=1)
- Record
- SN01587940-W 20080607/080605221027-5cb2462fcdbdea2a8d325b6cff1f76b2 (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 |