SOLICITATION NOTICE
28 -- 6.5L READY-TO-BUILD HMMWV BLOCKS
- Notice Date
- 5/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0202
- Response Due
- 6/3/2010
- Archive Date
- 6/18/2010
- Point of Contact
- Sergeant Cory Miller 2296396784
- Small Business Set-Aside
- Total Small Business
- 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 2005-40 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is 100% Set-Aside for Small Businesses. Only offers received from certified small businesses will be considered for award. NAICS 333618 Diesel and Semi-diesel Engines Manufacturing/size standard of 1,000 employees applies. A firm-fixed-price purchase order is the anticipated result of this effort. The government reserves the right to make one, multiple or no awards resulting from this solicitation. FOB Destination - Marine Corps Logistics Base Albany, GA 31704 preferred. CLIN 0001: Thirty (30) 6.5 L Block, Ready to Build, AM General P/N 12555506D. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; Purchase Order rating DO-C9; 52.247-34 F.O.B. Destination; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items - Evaluation factors in order of importance are LOWEST PRICE, TECHNICALLY ACCEPTABLE.; 52.212-3(Alt 1) Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 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; 52.206-3 Restrictioins on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Busin! ess Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, or Other Eligible Veterans; 52.222-39 Notification of Employment Rights Concerning Payment of Union Dues or Fees; 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 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7010 Preference for Certain Domestic Commodities; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea (Alternate III)). NOTE: 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. 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/M6700410T0202/listing.html)
- Place of Performance
- Address: MARINE CORPS LOGISTICS BASE, ALBANY, GA
- Zip Code: 31704
- Zip Code: 31704
- Record
- SN02156026-W 20100522/100520235739-028b2c5ae5b1a52dd250c6c23e8825d8 (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 |