SOLICITATION NOTICE
34 -- Miter Ban Saw
- Notice Date
- 3/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333512
— Machine Tool (Metal Cutting Types) Manufacturing
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700411T0073
- Response Due
- 3/30/2011
- Archive Date
- 4/14/2011
- Point of Contact
- George Tipton III (229) 639-6418 George Tipton III
- Small Business Set-Aside
- Total Small Business
- Description
- 34- Metalworking Machinery SUBJECT: MITER BANDSAW SOLICITATION NUMBER: M67004-10-T-0073 SOLICITATION CLOSES: 14 March 2011 4:30 PM EST Point of contact: George Tipton III, Contracts Dept. (Code S1924) 814 Radford Blvd, Ste.20270, MCLB Albany, GA 31704-1128, (229)639-6418, email: george.tipton@usmc.mil (email responses preferred). Fax: (229) 639-6793. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (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 2005-50 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is 100% Set-Aside for small business. The North American Industry Classification Standard (NAICS) code 333512- Sawing machines, metalworking, manufacturing “ size standard 500 employees applies. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a firm-fixed-price contract for this requirement. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. Notes: 1.Ship to Address: Marine Corp Logistics Command, Maintenance Center, Albany, GA 31704. FOB Destination is desired. CLIN - 0001 Miter Band saw (1 EA) Horizontal Twin-post with CNC Shuttle Bar Feed. See additional specifications attached. CLIN - 0002 On-site Set up, functional test, and operator training (1 EA). 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 - 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.); 52.247-34 F.o.b. Destination; 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; 252.225-7036 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; 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 offerors may submit a quote which shall be considered. Email (preferred) or faxed quotes with the above required information must be received at this office by the closing date above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0073/listing.html)
- Place of Performance
- Address: 814 Radford Blvd, Albany, GA
- Zip Code: 31704
- Zip Code: 31704
- Record
- SN02407293-W 20110325/110323234305-6486966d287859822ea69308ce1b0b82 (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 |