SOLICITATION NOTICE
49 -- FABRICATE M88 STAND SET
- Notice Date
- 11/24/2008
- Notice Type
- Presolicitation
- NAICS
- 332312
— Fabricated Structural Metal 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
- M6700409T0024
- Response Due
- 12/10/2008
- Archive Date
- 1/10/2009
- Point of Contact
- SGT CORY MILLER 229-639-6784
- Small Business Set-Aside
- Total Small Business
- Description
- 49- Motor Vehicle Maintenance and Repair Shop Specialized EquipmentSOLICITATION NUMBER: M67004-09-T-0024 SOLICITATION CLOSES 10 DECEMBER 2008, 4:30 P.M. EST Point of contact: Sgt Cory Miller, Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLB Albany, GA 31704-3019, (229)639-6784, email cory.b.miller@usmc.mil (preferred).FAX (229) 639-8232. 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 with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is 100% Set-Aside for Small Businesses. Only offers received from certified small businesses will be considered for award. NAICS 332312 Fabricated Structural Metal / size standard of 500 employees applies. A firm-fixed-price purchase order is the anticipated result of this effort. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. The stand's destination is Marine Corps Logistics Command, Maintenance Center Albany, GA 31704. CLIN 0001: One (1) set (1 front, 1 rear) first s! ample Stand Set, SPECIFICATIONS: Contact Sgt. Miller email cory.b.miller@usmc.mil to request drawings. Note: Disregard the paint specified on the drawing #2008A0387. Recommended paint is Sherwin Williams Gloss Industrial Paint -color Safety Yellow B54 Y37, Part Number 617-4072 or equal. The Contractor must receive the government's approval in writing from the Contracting Officer for the first sample prior to performing CLIN 0002. CLIN 0002: Two (2) set (2 front, 2 rear) Government approved Stand Set, SPECIFICATIONS: Note: Disregard the paint specified on the drawing #2008A0387. Recommended paint is Sherwin Williams Gloss Industrial Paint -color Safety Yellow B54 Y37, Part Number 617-4072 or equal. The Contractor shall have received written approval for CLIN 0001 prior to producing this CLIN. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; 252.211-7003 Item Identification and Valuation; 52.212-1 Instructions to Of! ferors-Commercial Items; 52.212-2 Evaluation - Commercial Items, Evaluation factors in order of importance are Technical conformity, Price, and Delivery time; 52.212-3(Alt 1) Offeror 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 (Incorporating - 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration). 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; Offerors responding to th! is announcement must provide the information required by and 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://orca.bpn.gov/login.aspx. 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; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate III)). 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.247-34 F.o.b. Destination. 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 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 the above required information must be received at this office by the closing date above.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eddcb0d15deed16db4cd27c785f8a431&tab=core&_cview=1)
- Record
- SN01709327-W 20081126/081124214517-f5f540e1e8c6466899bbde2db809457c (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 |