SOLICITATION NOTICE
34 -- AUTOMATIC SURFACE GRINDER
- Notice Date
- 2/7/2012
- 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
- M6700412T0089
- Response Due
- 3/9/2012
- Archive Date
- 3/24/2012
- Point of Contact
- Marcus Pfister 229-639-8272 Sgt Marcus Pfister, marcus.pfister@usmc.mil, (email responses preferred), Contracts Dept. (Code S1924), 814 Radford Blvd, Ste 20270, MCLB Albany, GA 31704-1128, (229)639-8272, fax: (229)639-8232
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services 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 2005-55 and Defense Acquisition Circular 91-13. śTHIS NOTICE CONSTITUTES THE ONLY SOLICITATION ť; this requirement is offered to full and open competition. The North American Industry Classification Standard (NAICS) code 333512 “ Machine Tool (Metal Cutting Types) 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: Marine Corp Logistics Command, Maintenance Center, Building 2200 Store Room 8, Albany, GA 31704. 2.FOB Destination is preferred 3.Vendors are required to include IUID in WAWF transactions and report IUID to DOD IUID registry. CLIN 0001: Surface grinder (1EA). See Statement of Requirement ™s salient characteristics attached. CLIN 0002: Installation and Training 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 with the following paragraph addenda: Offers will be evaluated on the basis of Lowest Price - Technically Acceptable, Delivery and Past Performance. All factors are of equal importance. 52.212-3(Alt 1) Offerors 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; 252.212-7000 Offerors Representations and Certifications ”Commercial Items; 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 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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 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; 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 (ALT I) Buy American Act “ Free Trade Agreements “ Balance of Payments Program. 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 (Alt III) Transportation of Supplies by Sea; 252.247-7024 Notification of 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 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 all of the above required information must be received by the point of contact below by the Solicitation Closing Date. Point of Contact: Sgt Marcus Pfister, (229) 639-8272, mail/email offers directly to Contracts Dept. (Code S1924) 814 Radford Blvd, MCLC, Albany, GA 31704-1128, Email: marcus.pfister@usmc.mil (Preferred), FAX (229) 639-6713.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412T0089/listing.html)
- Record
- SN02669597-W 20120209/120207235636-6906ac29d1be40bbc1aad052a99d0493 (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 |