Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2009 FBO #2621
SOLICITATION NOTICE

J -- PLASTIC MEDIA BLASTING OF MEDIUM GIRDER BRIDGE

Notice Date
1/27/2009
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
M6700409T0061
 
Response Due
2/12/2009
 
Archive Date
2/27/2009
 
Point of Contact
SSgt Tyson Zink 229-639-5768 Tyson E. ZinkPhone 229-639-5768Fax 229-639-8232tyson.zink@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
J0- Maintenance, Repair, and Rebuilding of EquipmentSOLICITATION NUMBER: M67004-09-T-0061 SOLICITATION CLOSES 12 FEBRUARY 2009, 4:30 P.M. EST Point of contact: SSgt Tyson Zink, Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLB Albany, GA 31704-3019, (229)639-5768, email tyson.zink@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 238990 All other specialty trade contractors / size standard of $14,000,000.00 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 ideas to be Plastic Media Blasted (PMB) are to be picked up and delivered at Marine Corps Logistics Command, Maintenance Center! Albany, GA 31704 IAW SOW. CLIN 0001: Sand blast of pallet assembly NSN 5420-99-660-0974 P/N 870-03-01-101 IAW SOW.. CLIN 0002: Sand blasting of ramp assembley NSN 5420-99-793-5002, P/N 13220E5735 IAW SOW. CLIN 0003: Sand blasting of deck NSN 5420-99-793-4996 P/N 870-41091 IAW SOW. CLIN 0004 Sand blasting of panel assembly top. NSN 5420-00-271-9290 P/N 13220E5701. IAW SOW. CLIN 0005 Sand blasting of panel assembly junctions. NSN 542099-793-5001 P/N 41093 IAW SOW. CLIN 0006 Sand blasting of panel assembly end tappered. NSN 5420-99-0861 P/N 870-44540 IAW SOW. CLIN 0007 Sand blast of beam assembly, bank. NSN 5420-99-853-6396 P/N 870-44551 IAW SOW. CLIN 0008 Sand blast of curb assembly. NSN 5420-99-967-8213 P/N 870-44551 IAW SOW. CLIN 0009 Sand blast of brace, sway. NSN 5420-99-075-3174 P/N 870-44560 IAW SOW. CLIN 0010 Sand blast of ramp assembly. NSN 5420-99-793-4997 P/N 870-41064 IAW SOW. CLIN 011 Sand blast of panel assembly bottom. NSN 5420-! 99-792-3348 P/N 870-44542 IAW SOW. 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 Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items, Evaluation factors in order of importance are Price, past performance and Delivery schedule. All offers must contain 2 past performance references; 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; 52.222-41 Service Co! ntract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires WG-5423 Plan 5/5; Sandblaster (1 ea) $16.43 USD per hour 1) Ten paid holidays, 2) Paid annual leave (vacation) of two hours each week for employees with less than three years of service, three hours each week for employees with three years but less than fifteen years of service, and four hours each week for employees with fifteen or more years of service.; 52.222-50 Combating Trafficking in Persons; 52.223-3 Hazardous Material Identification And Material Safety Data; 52.223-5 Pollution Prevention and Right to know Information; 52.223-10 Waste Reduction Program; 52.223-14 Toxic Chemical Release Reporting; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration). 52.237-2 Protections of Government Buildings, Equipment and Vegetation. 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist ! Country; Offerors responding to this 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 mu! st 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. All interested parties may view Pictures and Statement of Work at http://www.logcom.usmc.mil/contracts/solicit/-, and also request a site survey. Site Survey requests must be requested by Jan 30 2009 NLT 1630. All Site surveys will be scheduled Febuary 5th and 6th 2009 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=998fdeb3a54b2c95c013830955e56878&tab=core&_cview=1)
 
Record
SN01738795-W 20090129/090127215827-d382bce247a5a7b6b97e22e472c247d8 (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 |
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.