SOLICITATION NOTICE
59 -- Electrical and Electronic Equipment Components
- Notice Date
- 5/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0178
- Response Due
- 5/25/2010
- Archive Date
- 8/25/2010
- Point of Contact
- Christa Gilford 229-639-6166
- 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 in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and Defense Acquisition Circular 91-13. This request for quotation is unrestricted. The NAICS Code is 423610 and the small business size standard is 100. The Marine Corps Logistics Command, Barstow, CA has a requirement for the following item: CLIN 0001 Ona AF -35 Wire Electrostatic Discharge Machine (EDM) AF-35 23.64' X 15.76' X 15.76 Wire EDM AF-35 MF Ecological Mineral Filter System AF-35 WC Wire Chopper ESPRIT GOLD Solid Wire Gold Wire EDM Software ESPRIT SMC; Quantity: 1 Each in accordance with the statement of work ! (SOW). EDM Statement of Work (SOW) can be retrieved from http:www.logcom.usmc.mil/contracts/solicit/. Delivery to MARINE CORPS LOGISTICS BASE, WHSE 405, WEST END, YERMO ANNEX, BARSTOW, CA 92311-5015. The Offerors quote is to be for a firm-fixed price. 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 factors shall be used to evaluate offers, listed in descending order of importance: Price and delivery time.] The following FAR/DFAR Clauses/Provisions apply: 52.212-1 Instructions to Offerors - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 252.204-7003 Control of Government Personnel Work Product; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 52.203-6 Restrictions on Subcontractor Sales to the Government; 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purcha! ses; 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; 52.203-3 Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.232-7003 Electronic Submission of Payments Requests. 252.243-7002 Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. 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) 26.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0178/listing.html)
- Record
- SN02143726-W 20100509/100507234732-d6af299e403ce9292c37316b4a21da26 (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 |