Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2010 FBO #3283
SOLICITATION NOTICE

58 -- Communication, Detection, and Coherent Radiation Equipment

Notice Date
11/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700411T0009
 
Response Due
12/20/2010
 
Archive Date
3/20/2011
 
Point of Contact
TERRY WHITAKER 229-639-6763
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial service 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. M67004-11-T-0009 is being issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. The Marine Corps Logistics Command in Albany, GA intends to solicit and negotiate a Sole Source IDIQ type contract to Insight Technology, Inc (Cage: 0B107) for a base year (12 months) and two one year options. Contractor is to refurbish Government owned equipment to original OEM standards in accordance with the statement of work (SOW) in attachment 1. CLIN 0001: NSN: 5855-01-534-5931; Advanced Target Pointer Illuminator Aiming Light; P/N: ATP-000-A1, QTY: 20 not to exceed 5000. CLIN 0002 NSN: 5855-01-577-7174; Infrared Illuminator; P/N: ATP-000-A16, QTY: 20 not to exceed 5000. CLIN 0003 NSN: 5855-01-550-2780; Mini-Integrated Illuminator Module; P/N: MPM-000-A7, QTY: 50 not to exceed 1000. CLIN 0004 NSN: 1010-01-516-0953; Grenade Launcher Day/Night Sight Mount; P/N: DNS-1800 Qty: 20 not to exceed 100. Ship to: MCLB Bldg 1221 DR 20 Albany, GA 31704. FOB: Destination. Delivery date: 120 days ARO or Sooner. The NAICS Code is 333314 and the small business size 500 employees. This requirement is not set-aside for small business. The Government will award a contract resulting from this solicitation to the responsible offerors 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 FAR/DFAR Clauses/Provisions that apply are in attachment 2. The offerors 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. 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) 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0009/listing.html)
 
Record
SN02329892-W 20101120/101118234227-4b65f95bff0c2e474aee9b1a0a1beeee (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.