SOLICITATION NOTICE
J -- M9 Ace Hull Sandblasting
- Notice Date
- 3/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332813
— Electroplating, Plating, Polishing, Anodizing, and Coloring
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700411T0179
- Response Due
- 4/4/2011
- Archive Date
- 4/19/2011
- Point of Contact
- SSgt Pohribnak 229-6396715
- E-Mail Address
-
joshua.pohribnak@usmc.mil
(joshua.pohribnak@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- J MAINTENANCE, REPAIR AND REBUILDING OF EQUIPMENT SOL # M67004-11-T-0155 Closes 4 April 2011 4:30 PM EST TITLE: M9 ACE HULL SANDBLASTING Point of contact: SSgt Josh Pohribnak, Joshua.pohribnak@usmc.mil (229)639-6715, (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 2005-50 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 332813 Sandblasting for metal and metal products for the trade - 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. CLIN 0001: M9 Ace Hull Sandblasting In Accordance with the Statement of Work dated 01/13/2011 (attached); Quantity-MINIMUM 3 EA, MAXIMUM 12 EA FOB DESTINATION: Marine Corps Logistics Command, Maintenance Center (M94700) Albany, GA 31704. The technical data package including the Statement of Work (SOW) is attached. 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 based upon the Lowest Price - Technically Acceptable; 52.212-3(Alt 1) Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.247-34-F.O.B. Destination; 252.211-7003 Item Identification and Valuation (Alt 1) ; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments. 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; 52.209-6 Proctecting the Government s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;52.219-6 Notice of Small Business Set-Aside;52.219-28 Post Award Small Business Program; 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; 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Mainenance, Calibration, or Repair of Certain Equipment-Requirements; 52.222-52 Exemption from Application of Service Contract Act to Contracts for Certain Services-Certification; 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 Registrations); 252.212-7000 Offeror Representations and Certifications--Commercial Items; 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 Officials; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program Alt I; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate III); 252.247-7024 ). The offeror 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. Email or otherwise transmit offers and other required information by 4:30 PM EST, 4 April, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0179/listing.html)
- Record
- SN02409551-W 20110327/110325234555-f20f512f783a245a8d853822fd8250fb (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 |