Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2010 FBO #2967
SOLICITATION NOTICE

25 -- Vehicular Equipment Components

Notice Date
1/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0077
 
Response Due
1/22/2010
 
Archive Date
3/6/2010
 
Point of Contact
Daniel Brooker 229-639-8183
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 and Defense Acquisition Circular 91-13. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The NAICS Code is 336360 and the small business size standard is 500 employees. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to this solicitation and is considered to be the best value to the Government. (The following factors shall be used to evaluate offers, listed in descending order of importance: Price, delivery time, and past performance.) The Marine Corps Logistics Command in Albany, GA is soliciting and will negotiate a firm fixed price contract for the following item: CLIN 0001: HMMWV SEAT COVERS, GREEN IN COLOR, QTY: 550 EA, P/N: GRN-SC 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. TECHNICAL DATA IS NOT AVAILABLE 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 FAR/DFAR Clauses/Provisions apply: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.232-7010 Levies on Contract Payments; 252.225-7002 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 52.219-28 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 Registrations; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items in! corporating 252.203-7000 Requirements Relating to Compensation of Former DoD Officals; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Alternate III, Transportation of Supplies by Sea ). 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. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation - Commercial Items; with their offer. 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 22 January 2010. All responsible business sources may submit a quote that will be considered by the Marine Corps Logistics Command Contracts Dept. Contract Specialist: Daniel Brooker, Email: daniel.brooker@usmc.mil, phone: 229-639-8183, fax: 229-639-6791. Address: P.O. DRAWER 43019 MCLC ALBANY GA. 31704-3019.See Numbered Note(s) 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0077/listing.html)
 
Record
SN02036131-W 20100108/100107000038-619e2d5af7d47f7b37b1440e9159490f (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.