SOLICITATION NOTICE
36 -- Infra-Red (IR) Area Array Component Rework Systems - Statement of Requirement
- Notice Date
- 8/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command, 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
- ZIP Code
- 31704-1128
- Solicitation Number
- M6700413T0139
- Archive Date
- 9/23/2013
- Point of Contact
- Sharon Warren, Phone: 229-639-6730
- E-Mail Address
-
sharon.warren@usmc.mil
(sharon.warren@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Requirement CLASSIFICATION CODE: 36-Industrial Assembly Machines SOLICITATION NUMBER: M67004-13-T-0139 SOLICITATION CLOSES: September 8, 2013 @ 12:00PM EST Point of Contact: Sharon Warren, Contracts Department, (Code S1924), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6730, Email: sharon.warren@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, and 13.1 as supplemented with additional information included with or attached to this notice. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% Set-Aside for Small Business. The North American Industry Classification Standard (NAICS) code 335311- Power, Distribution, and Specialty Transformer Manufacturing. Size standard 750 applies. A firm-fixed price contract is anticipated. The government reserves the right to make one, multiple or no awards resulting from this solicitation. CLIN 0001 : Infra-Red (IR) Area Array Component Rework System (Quantity-1) (See attached Statement of Requirement for description) Award will be made on the basis of - lowest-priced, technically acceptable, and past performance. Notes: Destination: Marine Corps Logistics Base Albany, GA. 31704. FOB: Destination preferred. The following FAR/DFARS clauses/provisions apply and are incorporated by reference: 52.204-7 Central Contractor Registration 52.204-13 Central Contractor Registration Maintenance 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 (Alt 1) Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B Destination; 252.204-7004 (Alt A) - Central Contractor Registration Alternate A 252.211-7003 Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications-Commercial Items; 252.225- 7000 Buy American Statute--Balance of Payments Program Certificate 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (FEB 2012); 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 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; 52.219-8 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; 52.222-36 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; 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; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 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 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 in the System for Award Management (SAM) https://sam.gov/portal/public/SAM/. 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 SAM and Wide Area Work Flow (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 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: Sharon Warren, (229) 639-6730, mail/email offers directly to Contracts Dept. (Code S1924) 814 Radford Blvd, MCLC, Albany, GA 31704-1128, Email: sharon.warren@usmc.mil (Preferred), FAX (229) 639-8232.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700413T0139/listing.html)
- Record
- SN03143220-W 20130810/130809000352-bee41d275788e1033a51fcae98e7eb10 (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 |