SOLICITATION NOTICE
95 -- Metal Bars, Sheets and Shapes
- Notice Date
- 10/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331111
— Iron and Steel Mills
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700412T0005
- Response Due
- 11/5/2011
- Archive Date
- 11/20/2011
- Point of Contact
- Kevin W. Fralish 229-639-8594
- Small Business Set-Aside
- Total Small Business
- Description
- 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 with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% set-aside for Small Business. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The supplies will be solicited and awarded as commercial items in accordance with procedures prescribed in FAR Parts 12 and 13.5. The North American Industry Classification Standard (NAICS) code 331111 Armor Plate made in iron and Steel mills; Size Standard 1000 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.Plates in lengths longer than specified below may be considered if offered. All other specifications are firm. 2.Delivery / Ship to: Marine Corps Logistics Command, Maintenance Center, 814 Radford Blvd, Whse 1331, Dr 10, Bay 3, Albany, GA 31704. CLIN 0001: Armor Master Plates, 4 each. 8 ™ x 20 ™ x 0.75 ¯, Class 1- 12560 Armor Plate with Armor certificates. The following FAR/DFARS 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 with the following paragraph addenda: Offers will be evaluated based upon Lowest Price. Technically Acceptable and Delivery. 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 Statutes or Executive Orders “ Commercial Items 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000.00). (Not applicable to subcontracts for the acquisition of commercially available off the shelf items). 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; 52.223-18 Contractor Policy on Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration; 52.247-32 F.O.B Origin- Freight Prepaid 52.247-34 F.O.B Destination; 252.211-7003 Item Identification and Valuation; 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 [additionally incorporating selected clauses - 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea; Offerors responding to this announcement must provide the information required by 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. 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 (CCR) 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. Email (preferred) or faxed quotes with the above required information must be received by the above listed Point of Contact, No Later Than (NLT) the Solicitation Closing Date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412T0005/listing.html)
- Record
- SN02603167-W 20111007/111005235001-f4189754c3bb9bc066c081efe5ecbd66 (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 |