Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

25 -- Vehicular Equipment Components

Notice Date
4/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6770410T0111
 
Response Due
5/3/2010
 
Archive Date
7/3/2010
 
Point of Contact
Randolph D. Largeman 229-639-6775
 
Small Business Set-Aside
N/A
 
Description
. Point of contact is Randy Largeman, Contracts Dept. (Code S1922) 814 Radford BLVD, STE 20270, MCLC, Albany, GA 31704, (229)639-6775, FAX (229)639-8232, or email at randolph.largeman@usmc.mil. 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 2005-32 and Defense Acquisition Circular 91-13. The NAICS Code is 335312 and the small business size standard is 1000 employees. Snow Cat Parts: NSN 2520-01-168-1442, Transfer, PN 90036-991, QTY 1 ea; 2530-01-297-8169, Steering Gear, PN 90231-991, QTY 1 ea; 2530-01-171-8395, Right Brake Assy, PN 90052-991, QTY 2 ea; NSN 5342-01-355-2646, Engine Mounts, PN 92178-991, QTY 2 ea; NSN 2530-01-168-7880, Left Brake Assy, PN 90051-991, QTY 1 ea; NSN 3010-01-307-0364, Drive Unit, PN 92606-991, QTY 1 ea, and NSN 2530-01-163-5072, Road Wheels, PN 91665-991, QTY 46 ea. The Offerors quote is to be for a firm-fixed price. Delivery FOB Destination to Maintenance Center, Barstow CA, 92311. 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 and is on the approved sources list. [The following factors shall be used to evaluate offers, listed in descending order of importance: Price, delivery time and past performance]. All responsible sources may submit a proposal which shall be considered. Such offers must be supported by information to enable the government to evaluate an offeror's ability to provide this item without the government providing technical data. NO TECHNICAL DATA IS AVAILABLE. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 52.219-6 Notice of Total Sm! all 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; 52.222-36 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;) 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 Payment Program, 252.232-7003 Electronic Submission of Payments Requests, 252.247-7023 Alt III Transportation of Supplies by Sea). 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 WIDER 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.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 (preferred) quotes and the above required information must be received by the point of contact above by the Closing date.See Numbered Note(s) 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6770410T0111/listing.html)
 
Record
SN02125049-W 20100418/100417000134-2df46668a766137ebd039186b4a14163 (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.