Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

38 -- Snow Plow with Installation

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corp Mountain Warfare Training Center, Marine Corp Mountain Warfare Training Center, Bridgeport, California, 93517-9802
 
ZIP Code
93517-9802
 
Solicitation Number
M33610-13-T-0028
 
Point of Contact
Ariel Pena, Phone: 7609321544
 
E-Mail Address
ariel.pena@usmc.mil
(ariel.pena@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M33610-13-T-0028 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 and Department of Defense FAR Supplement (DFARS) current to DPN 201300808. This is a total small business set aside. The NAICS code is: 333120 (Construction Machinery Manufacturing), and the Small Business Size Standard is: 750 employees. The Marine Corps Mountain Warfare Training Center (MCMWTC) is requesting a quote for the following: CLIN 0001: Meyer Super-V V-Plow Model SV-7.5 LD (or equal) Complete Kit. Unit of Issue: EA. Quantity: 1. The complete kit requested includes all accessories required to install v-plow on a Dodge 1500 pickup truck. At a minimum, the kit must include: a-frame, mount, hydraulics, lift, light adapter, and light kit. To be considered equal, a v-plow must have the following characteristics: must fit on a 1/2 vehicle, must have scoop, v, and straight modes; must have independent controls for each blade. CLIN 0002: Installation of V-plow. Unit of Issue: EA. Quantity: 1. Contractor shall provide all materials, equipment, and labor necessary to install the quoted V-plow on a Dodge 1500 pickup truck. Installation can be done at the contractor's facility if located within 150 miles of the MCMWTC; otherwise, installation must be done at the MCMWTC located in Pickle Meadow, CA. A firm-fixed price contract will be awarded using the Simplified Acquisition Procedures (SAP) described in FAR Part 13 to the contractor whose quote represents the best value to the Government. This determination will be made using the following factors: Price, Technical, and Delivery Contractors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quotes. In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com. Quotations must be submitted via email to Staff Sergeant Pena at ariel.pena@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. PST August 19, 2013. Quotations received after the due date and time will not be considered for award. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 Central Contractor Registration (Dec 2012) 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2012) 52.247-34 F.o.b. Destination (Nov 1991) The Following Clauses incorporated in 52.212-5 are also applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.204-7004 Central Contractor Registration Alternate A (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (JAN 2009). 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JAN 2009) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.211-7003 Alt I Item Identification and Valuation (Dec 2011) The following clauses incorporated in 252.212-7001 are also applicable: 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.232-7003 Electronic Submission of Payment Request (Mar 2008) 252.247-7023 Transportation of Supplies by Sea Alternate III (May 2002)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M33610/M33610-13-T-0028/listing.html)
 
Record
SN03146483-W 20130815/130813234952-ea40b3e54888db461f3a4a47e67507f8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.