Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2009 FBO #2712
SOLICITATION NOTICE

79 -- Cleaning Equipment and Supplies

Notice Date
4/28/2009
 
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
M6700409T0146
 
Response Due
5/20/2009
 
Archive Date
6/20/2009
 
Point of Contact
Tammie D. Williams 229-639-6772
 
Small Business Set-Aside
N/A
 
Description
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 in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. M67004-09-T-0146 is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and Defense Acquisition Circular 91-13. The NAICS Code is 333319 and the small business size standard is 500. The Marine Corps Logistics Command, Albany, GA has a requirement for the following items: CLIN 0001 Modular Air Pollution Control System, Quantity: 1 Each, CLIN 0002: Steam Cleaning System WHICH INCLUDES: 3 EACH STEAM GENERATORS, W/PLC CONTROL SYSTEMS; 3 EACH HP BOILERS, CA CODE, REFLEX GLASS; 3 EACH FEED TANKS WITH PRE-HEATERS; 3 EACH DUAL PUMPS FOR! BOILER; 3 EACH CHEMICAL FEEDERS; 3 EACH SWITCHES; 3 EACH WATER SOFTENERS; 3 EACH BLOW OFF TANKS; 12 EACH NEW PIPE DELIVERY SYSTEMS; 12 EACH OF 12 NEW 3/8" WANDS AND SOAP INSERTION SYSTEMS, AFTER COOLER. % ECONOMIZERS FOR UP TO 83-85% EFFECTIVENESS. Quantity: 1 Each. CLIN 0003: Cabinet Blast Upgrade Quantity 1 Each. Delivery to MARINE CORPS LOGISTICS BASE, WHSE 405, WEST END, YERMO ANNEX, BARSTOW, CA 92311-5015. The Offerors quote is to be for a firm-fixed price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation; will be considered of best value to the Government. [The following factors shall be used to evaluate offers, listed in descending order of importance: Price and delivery time.] The following FAR/DFAR Clauses/Provisions apply: 52.212-1Instructions to Offerors - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 25! 2.204-7003 Control of Government Personnel Work Product, 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 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan; 52.219-16 Liquidated Damages - Subcontracting Plan; 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; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-36 Aff! irmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating; 52.203-3 Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.226-7001 Utilization of Indian Organization Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payments Requests. 252.243-7002 Request for Equitable Adjustment; 252.247-7023, Trans! portation of Supplies by Sea. 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/. 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 WIDER 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.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 11 Jun 09. All responsible small business sources may submit a quote that will be considered by the Marine Corps Logistics Command Contracts Dept.Offers can be mailed to Contracts Department (Code S1922), P.O. Drawer 43019, MCLC, Albany, GA 31704-3019. Express mail address: Contracts Department (Code S1922), 814 Radford Blvd, Bldg 3700 Rm 310EB, MCLC Albany, GA 31704-1128 or emailed to tammie.williams@usmc.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5599078971b77a3a2bda6aac30e9451b&tab=core&_cview=1)
 
Record
SN01804178-W 20090430/090428222030-5599078971b77a3a2bda6aac30e9451b (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.