Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

49 -- Complete Maintenance Platform

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
M6700409T0265
 
Response Due
9/25/2009
 
Archive Date
3/25/2010
 
Point of Contact
Mathew Watts 229-639-6078
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 and Defense Acquisition Circular 91-13. The NAICS Code is 332999 and the small business size standard is 500 employees. MCLC, Albany, GA intends to negotiate a firm fixed price contract in support of the Amphibious Assault Vehicle (AAV) Maintenance Production Line for the following: CLIN 0001: Complete Maintenance Platform, Quantity 1 Each, [The price of all design drawings, parts lists, and technical data as well as the price to manufacture this platform should be included in the quoted price.] This is a 100% small business set-a-side. The Offerors quote is to be for a firm-fixed price. Delivery FOB Destination to Marine Corps Logistics Base, Barstow Ca. 92311-5015. Responsible sources may submit a proposal which shall be considered. This requirement will be in accordance with the Statement of Objectives which is attached. This will be a design build type requirement with a mandatory site visit. The price of all design drawings, parts lists, and technical data as well as the price to manufacture this platform should be included in the quoted price. The site visit is offered on a one time only basis to interested vendors. Quotes submitted by the vendors that attend the site visit will be the only quotes evaluated for award. The site visit is scheduled for August 19, 2009. All interested vendors must notify Mathew Watts by close of business August 07, 2009, 4:00 pm EST, via email or telephone if they intend to participate in the site visit in order to schedule an appointment. Email is the preferred method. Vendors will be limited to 2 employees per company to attend the site visit. Those vendors will then be required to complete a form for access to the Barstow Marine Corps facility. In addition, interested parties should contact Mathew Watts for a copy of the Statement of Objectives (SOO) via email if they are unable to retrieve the form attached. Following the site visit all design drawings, technical data, and quotes should be sent to Mathew Watts using the contact information below for the purpose of evaluation and approval by the solicitation closing date listed below. All potential vendors who were in attendance of the site visit have until COB August 27, 2009 to send in any questions regarding this requirement. NOTE: 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: Technical (Design Capabilities), Price, and Delivery Time.] Technical (Design Capability) is defined as meeting the form, fit, and function of the Amphibious Assault Vehicle (AAV) to allow maintenance and repair, in accordance with OSHA regulations, and meeting the standards listed in the Statement of Objectives (SOO). The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offers-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.204-7003 Control of Government Personnel Work Product; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 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; 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 Contract Act; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purc! hases; 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea Alt. III). 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. 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. 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. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. 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 25 September 2009. All responsible business sources may submit a quote that will be considered by the Marine Corps Logistics Command Contracts Dept. Contract Specialist: Mathew Watts, Email: mathew.watts@usmc.mil, phone: 229-639-6078, fax: 229-639-6791. Address: P.O. DRAWER 43019 MCLC ALBANY GA. 31704-3019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0265/listing.html)
 
Record
SN01893004-W 20090801/090730235511-2260a13f668e1f0413e86b42ab7fa812 (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.