Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
SOLICITATION NOTICE

25 -- Buffalo Transmission Shift Relocation Kit

Notice Date
10/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0030
 
Response Due
11/2/2009
 
Archive Date
11/17/2009
 
Point of Contact
Mildred Faison 229-639-8530 Point of contact: Mildred Faison, Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLB Albany, GA 31704-3019, (229)639-8530, FAX (229) 639-8232. / offers are preferred to mildred.faison@usmc.mil
 
E-Mail Address
responses
 
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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is solicited on an unrestricted basis. All offers received from small or large businesses will be considered for award. NAICS 332992 Military Armored Vehicle Tank and Tank Component Mfg/size standard of 1000 employees applies. A firm-fixed-price purchase order is the anticipated result of this effort. The government reserves the right to make one or no award resulting from this solicitation. The line items are to be delivered to Marine Corps Logistics Command, Maintenance Center Albany, GA 31704. CLIN 0001: Seventy-nine (79) each Buffalo Transmission Shift Relocation Kit, P/N 2009E8049 provided in accordance with Statement of Requirement (SOR) attached to this announcement.The Government will award a contract resulting from this solicitation formally synopsized under M67004-09-Q-0257 to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government's Required Delivery time for the Design Kit is within 14 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule. Purchase Order rating DO-C9. The following FAR/DFAR Clauses/Provisions apply: 52.211-9 Desired and Required Time of Delivery; 52.211-15 Defense Priority And Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items: Evaluating Factor is Lowest Price Technically Acceptable Offer; 52.212-3(Alt 1) Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.o.b. Destination; 252.232-7010 Levies on Contract Payments; 252.225-7000 Buy American Act - Balance of Payments Program Certificate; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7013 Duty Free Entry; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 52.222-! 50 Combating Trafficking in Persons w/alternate I; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 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 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program (Alternate I); 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate III)); 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/M6700410T0030/listing.html)
 
Record
SN01990350-W 20091024/091022235007-41f71ce5d9c108f63d6a3fab4f1aef8c (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.