SOLICITATION NOTICE
25 -- Vehicular Equipment Components
- Notice Date
- 12/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0049
- Response Due
- 1/11/2010
- Archive Date
- 2/14/2010
- Point of Contact
- SHARON WARREN 229-639-6730
- 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 2005-37 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% set-aside for Small Business. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The supplies will be solicited and awarded as commercial items in accordance with procedures prescribed in FAR Parts 12 and 13.5. The North American Industry Classification Standard (NAICS) code 332312 Fabricated Structural Metal Manufacturing applies; Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1. This requirement has a First Sample Kit inspection requirement that must be approved prior to the production of additional kits. 2. Each CLIN has a desired delivery schedule or production quantity goal. Offerors shall propose their best estimate for delivery of each CLIN. 3. Options to CLIN 0003 may or may not be exercised within 365 days of the initial award. CLIN 0001: Gen III Mine Roller Center Roll Pin, P/N: 39071 Rev R, (1 Kit) First Sample Kit, delivered no more than ten (10) calendar days after award. CLIN 0002: Gen III Mine Roller Center Roll Pin, P/N: 39071 (most current revision provided), (1 Kit), Proof of Principle. delivered no more than six (6) calendar days after receiving approval to proceed. CLIN 0003: Gen III Mine Roller Center Roll Pin, P/N: 39071 (most current revision provided), (98 Kits). Production Quantity, Ten (10) kits delivered seven (7) calendar days after receipt of approval to proceed, and ten (10) per week thereafter until completion. Sub-CLIN 1003 (OPTION QTY): Gen III Mine Roller Center Roll Pin, P/N: 39071 (most current revision provided), (100 Kits). Delivery of ten kits per week. Sub-CLIN 2003 (OPTION QTY): (100 Kits). Delivery of ten kits per week. Sub-CLIN 3003 (OPTION QTY): (100 Kits). Delivery of ten kits per week. Sub-CLIN 4003 (OPTION QTY): (100 Kits). Delivery of ten kits per week. See the Statement of Requirement and applicable 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 Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The evaluation criteria for this procurement in order of importance are price, delivery and past performance. 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: Evaluating Factors are - Lowest Price Technically Acceptable Offer; Delivery; and Past Performance. 52.212-3 (Alt 1) Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.217-5 Evaluation of Options; 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (365 days after award); 52.247-34 F.O.B. Destination; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7020 Trade Agreements Certificate; 252.232-7010 Levies on Contract Payments. 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); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 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 Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13 Restric! tions on Certain Foreign Purchases; 52.232-3 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 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; 252.225-7012, Preference for Certain Domestic Commodities; 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; 252.247-70! 23 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 by the Solicitation Closing date. Point of Contact: Sharon Warren, Contracts Dept. (Code S1924), Attn: STE 20270, MCLC Albany, GA 31704-1128, (229) 639-6730, email offers directly to sharon.warren@usmc.mil (Preferred), FAX (229) 639-8232.See Numbered Note(s)1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0049/listing.html)
- Record
- SN02023303-W 20091216/091214234654-6c2bc04f9f905d06f703ec502dcb750f (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 |