SOLICITATION NOTICE
49 -- ALL IN ONE BLAST CABINET MACHINE
- Notice Date
- 9/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0332
- Response Due
- 10/1/2010
- Archive Date
- 11/1/2010
- Point of Contact
- ORONDE DOMINIQUE 229-639-6753 Mr. Oronde Dominique
- E-Mail Address
-
dford
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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 2005-45 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is 100% Set-Aside for Small Businesses. NAICS Code 333319 “ Other Commercial & Service Industry Machinery Manufacturing - Size Standard 500 employees applies. The intended result of this effort is the award of a Firm-Fixed-Price contract. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. A firm-fixed-price purchase order is the intended result of this effort. CLIN 0001: (1) each, ALL IN ONE BLAST CABINET [(1) Blast Cabinet, (1) Reclaim Unit, (1) Dust Collector all combined into one machine]. See attached statement of work for more details. a.Including an extended three (3) year warranty beyond the normal one (1) year on all machine parts and service. b.Including three (3) sets of manuals with machine and electrical drawings. c.Including startup service and adjustment of the equipment. FOB DESTINATION: Marine Corps Logistics Command, Maintenance Center Albany, GA 31704. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.237-2 Protections of Government Buildings, Equipment and Vegetation; 252.225-7002, Qualifying Country Sources; 252.232-7010, Levies on Contract Payments; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.247-34 F.o.b. Destination. 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 - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-50 Combating Trafficking in Persons; 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 and 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 “ 252.203-7000, requirements Relating to Compensation of Former DoD Officianls (JAN 2009)(Section 847 of Pub. L. 110-181; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Alternate I (Jul 2009); 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate III)). 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0332/listing.html)
- Place of Performance
- Address: MAINTENENCE CENTER
- Zip Code: BLDG 2200, RM 8, DOOR N7
- Zip Code: BLDG 2200, RM 8, DOOR N7
- Record
- SN02288803-W 20100922/100920234817-b05e7c498174d10234027af9d3486d23 (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 |