SOLICITATION NOTICE
J -- Foam and Clean Coat SIXCON Water Tank
- Notice Date
- 3/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238310
— Drywall and Insulation Contractors
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700411T0003
- Response Due
- 3/31/2011
- Archive Date
- 4/1/2011
- Point of Contact
- SSgt. Edwards, Ricky 229-639-6794
- E-Mail Address
-
CONTACT HERE
(ricky.edwards@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- J “ Maintenance, Repair, and Rebuilding of Equipment SOL # M67004-11-T-0003 Closes 31 March 2011 4:30 PM EST TITLE: FOAM AND CLEAN COAT SIXCON WATER TANK Point of contact: SSgt Ricky Edwards, ricky.edwards@usmc.mil (229)639-6794, FAX (229) 639-8232. (Email responses / offers are preferred). Mailing - Contracts Dept. (Code S1924), 814 Radford Blvd., Ste 20270, Marine Corps Logistics Command, Albany, Georgia 31704-1128. 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is restricted to small business concerns. NAICS Code 238310- Insulation contractors - Size Standard $14.0 Million Dollars 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. Notes: 1. Individual Delivery Orders will be issued against the resulting contract. 2. Ship to Address: Marine Corp Logistics Command, Maintenance Center, Albany, GA 31704. FOB Destination is required. 3. A Site Visit will be hosted for Offerors as follows: Marine Corps Logistics Command, Manitence Center, Albany, GA 31704, Building: 2200, 17 Mar 2011 at 1:00 PM(EST). Contact POC above to coordinate visit. CLIN 0001 (First Sample (May be waived based on previous performance)): SIXCON Tank - Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. CLIN 0002 (First Sample (May be waived based on previous performance)): SIXCON Tank “ Stripping off existing foam, Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. CLIN 0003 (Production Quantities BASE YEAR): )): SIXCON Tank - Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 19 - Maximum Quantity of 75. CLIN 0004 (Production Quantities BASE YEAR): )): SIXCON Tank “ Stripping off existing foam, Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 19 - Maximum Quantity of 60 CLIN 1003 (Option Year): SIXCON Tank - Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 20 - Maximum Quantity of 75. CLIN 1004 (Option Year): SIXCON Tank “ Stripping off existing foam, Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 20 - Maximum Quantity of 60. CLIN 2003 (Option Year): SIXCON Tank - Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 20 - Maximum Quantity of 75. CLIN 2004 (Option Year): SIXCON Tank “ Stripping off existing foam, Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 20 - Maximum Quantity of 60. CLIN 3003 (Option Year): SIXCON Tank - Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 20 - Maximum Quantity of 75. CLIN 3004 (Option Year): SIXCON Tank “ Stripping off existing foam, Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 20 - Maximum Quantity of 60. CLIN 4003 (Option Year): SIXCON Tank - Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 20 - Maximum Quantity of 75. CLIN 4004 (Option Year): SIXCON Tank “ Stripping off existing foam, Cleaning, Foam Coating Application and Painting, in accordance with Statement of Work (SOW) provided. 365 day ordering period with a Minimum Quantity of 20 - Maximum Quantity of 60. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors ”Commercial Items; 52.212-2 Evaluation “ Commercial Items, Evaluation factors in order of importance are - Lowest price technically acceptable, Delivery and Past Performance. 52.212-3(Alt 1) Offerors 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 - 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small 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, 52.222-35 - Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 “ Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration; 52.222-41 Service Contract Act; 52.222-42 Statement of Equivalent Rates for Federal Hires;) 52.216-18 Ordering; 52.216-22 Indefinite Quantity; 52.217-5 -- Evaluation of Options; 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (365 days); 52.247-34 F.o.b. Destination; 252.201-7000 Contracting Officer ™s Representative; 252.211-7003 Item Identification and Valuation; Offerors responding to this announcement must provide the information required by and 252.212-7000 Offerors 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; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021 - Trade Agreements; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea.); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; The offerors 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/M6700411T0003/listing.html)
- Place of Performance
- Address: 814 Radford Blvd., Ste 20270, Marine Corps Logistics Command,, Albany, GA
- Zip Code: 31704
- Zip Code: 31704
- Record
- SN02392312-W 20110305/110303234328-fae07aff844d7c2e18861342b0e0d7c0 (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 |