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

25 -- Vehicular Equipment Components

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component 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
M6700409T0155
 
Response Due
8/14/2009
 
Archive Date
8/29/2009
 
Point of Contact
Mildred Faison 229-639-8530 Point of Contact: Mildred Faison, Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLC Albany, GA 31704-3019, (229) 639-8530, email mildred.faison@usmc.mil (preferred), FAX (229) 639-8232
 
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 with or attached to this notice. North American Industry Classification Standard (NAICS) code is 336992 Military Armored Vehicle, Tank, and Tank Component Manufacturing; size standard is 1000 employees.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 and Defense Acquistion Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION.The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award an Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price contract with optional periods and quantities for this requirement. The contract will be awarded in accordance with procedures prescribed in FAR Parts 12 and 13.5 for Commercial Supplies. The North American Industry Classification Standard (NAICS) code 336992 Military Armored Vehicle, Tank, and Tank Component Manufacturing applies; Size Standard 1000 employees. Note: This requirement has a First Sample Kit inspection requirement that must be approved prior to the production of additional kits. Some minor changes to the kit configurations are expected during the initial two phases of CLIN 0001. CLIN 0001: Base year period with a minimum ordering quantity of four (4) kits and a maximum ordering quantity of 25 kits. Buffalo Rear Axle Rebuild P/N 2009E8017 Rev A, MKII Configuration; CLIN 0002: Option year one with a minimum ordering quantity of four (4) kits and a maximum ordering quantity of 25 kits. Buffalo Rear Axle Rebuild P/N 2009E8017 Rev A, MK II Configuration; CLIN 0003: Option year two (2) period with a minimum ordering quantity of four (4) kits and a maximum ordering quantity of 25 kits. Buffalo Rear Axle Rebuild P/N 2009E8017 Rev A, MK II Configuration; See the attached Statement of Requirement and Drawings at MCLC Contract Department website. http://www.logcom.usmc.mil/contracts/solicit/. Ship to: Marine Corps Logistics Command, Maintenance Center, Albany, GA 31704. FOB Destination pricing is required. The following FAR/DFARS clauses/provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.247-34 F.o.b. Destination; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items, Evaluation factors in order of importance are Price, Delivery Schedule (Initial kit delivery time from date of award is to be annotated in the offer) and Past Performance; 52.212-3 (Alt 1) Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.216-18 Ordering; 52.216-19 Ordering Limitations; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.216-22 Indefinite Quantity; 252.209-7001; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7013 Duty-Free Entry; 252.225-7020 Trade Agreements Certificate; 252.232-7010 Levies on Contract Payments. Disclosure of Ownership or Control by the Government of a Terrorist Country; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Incorporating 52.222-50 Combating Trafficking in Person; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I); 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 Affirmative Action for Works with Disabilities; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Oth! er Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-3 Payment by Electonic Funds Transfer - Central Contractor Registration).Offerors responding to this announcement must provide the information required by 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 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; 252.225-7021 Trade Agreement; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustments; 252.247-7023 Transportation of Supplies by Sea); 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 all of the above required information must be received by the point of contact above by the Solicitation Closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0155/listing.html)
 
Record
SN01894106-W 20090801/090731001447-05dea5b9f826a820dd477ac73d3a743c (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.