SOLICITATION NOTICE
45 -- Plumbing, Heating and Sanitation Equipment.
- Notice Date
- 4/9/2009
- Notice Type
- Presolicitation
- 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
- M6700409T0135
- Response Due
- 4/23/2009
- Archive Date
- 5/23/2009
- Point of Contact
- SHARON WARREN 229-639-6730
- Small Business Set-Aside
- N/A
- Description
- 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 and Defense Acquisition Circular 91-13. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is a 100% set aside for small business under NAICS CODE: 562991, $7.0M. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to this solicitation and is considered to be the best value to the Government. (The following factors shall be used to evaluate offers, listed in descending order of importance: Price, delivery time, and past performance.) The Marine Corps Logistics Command in Albany, GA is so! liciting and will negotiate a firm fixed price contract (a base year with two option years) for the following items: Item 0001: Rental of 21 standard portable chemical toilets, with two services and cleanings per week. Replacement parts, chemicals and repairs should be included in cost. Units must be skid mounted with base capable of withstanding high winds. Two location moves per year (if necessary). Item 0002: Rental of 2 Handicap portable chemical toilets, with two services and cleanings per week. Replacement parts, chemicals and repairs should be included in cost. Units must be skid mounted with base capable of withstanding high winds. Two location moves per year (if necessary). Toilets must be bolted down and meet all safety, hazmat and environmental disposal requirements. Ship to: Marine Corps Logistics Base, Barstow, CA. 92311 (M93636) Maintenance Center Receiving. Bldg 405 West IP 16, Yermo Annex. Delivery date: 30 April 2009 FOB Destination pricing is preferr! ed. The following FAR/DFAR Clauses/Provisions apply: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.232-7010 Levies on Contract Payments; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.211-7003 Item Identification and Valuation; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 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; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registrations; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating 252.203-7000 Requirements Relating to Compensation of F! ormer DoD Officals; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Alternate III, Transportation of Supplies by Sea ). Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation - Commercial Items (Alt 1); with their offer incorporating 252.212-7000 Offeror Representations and Certifications-Commercial Items. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation - Commercial Items; 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 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 pa! yment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. 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. Fax or email quotes and the above required information by 12:00 PM, Eastern Standard Time, April 23, 2009. Email: sharon.warren@usmc.mil or Fax Number: (229) 639-8232
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ff21d6cb85cfbea6c4d874672727a1d&tab=core&_cview=1)
- Record
- SN01790032-W 20090411/090409221548-2ff21d6cb85cfbea6c4d874672727a1d (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 |