SOLICITATION NOTICE
28 -- PAXMAN MARINE DIESEL ENGINE PARTS
- Notice Date
- 11/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700414T0004
- Response Due
- 11/21/2013
- Archive Date
- 12/6/2013
- Point of Contact
- Sergeant Alvarado, Hugo (229) 639-6794
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: PAXMAN MARINE DIESEL ENGINE PARTS FEDERAL SUPPLY CODE: 28 “ ENGINES, TURBINES, AND COMPONENTS SOLICITATION NUMBER: M67004-14-T-0004 SOLICITATION CLOSES: 21 November 2013 @ 4:30 PM EST Point of Contact: Sergeant Alvarado, Hugo, Contracts Department, (Code S1924), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6794, Fax: (229) 639-8232 Email responses preferred: hugo.alvarado@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6 and 13, as supplemented with additional information included in, or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is solicited on a full and open basis without restrictions on business size. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The North American Industry Classification System (NAICS) code 333618- Other Engine Equipment Manufacturing; Size Standard 1000 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Note: Ship To location is Marine Corps Logistics Command, Production Plant Barstow, CA. 92311-5015 CLIN 0001: Spring Peg, (8 each), P/N: 6-246A; CLIN 0002: Grommet, (8 each), P/N: OD30628P12; CLIN 0003: O-Ring, (10 each), P/N: 800A177P12; CLIN 0004: Joint, (4 each), P/N: Y3J23026A; CLIN 0005: Ring Retaining, (32 each), P/N: Y3J14019; CLIN 0006: Screw Machine, (25 each), P/N: 68OS638P55; CLIN 0007: Nut Self Locking, (30 each), P/N: ST317414; CLIN 0008: Washer, (25 each), P/N: NW2-32; CLIN 0009: Cylinder Roller Bearing, (16 each), P/N: 710T58P15B; CLIN 0010: Cover, (1 each), P/N: 16Y3J27636; CLIN 0011: Connection Bar Long, (6 each), P/N: 84MZ452; CLIN 0012: Pipe Saddle Boss, (2 each), P/N: Y3J32383D; CLIN 0013: Retaining Cap, (4 each), P/N: 78MZ17; CLIN 0014: Elbow, (2 each), P/N: ST046920; CLIN 0015: Delivery Valve and Seat Assy, (8 each), P/N: 6/470J; CLIN 0016: Plug, (6 each), P/N: 6/272; CLIN 0017: Washer Key, (8 each), P/N: 16Y3JX87377; CLIN 0018: Spring Inner, (8 each), P/N: Y3J22668; CLIN 0019: Shim, (16 each), P/N: 6-351F; CLIN 0020: Pipe, (1 each), P/N: 16Y3JX32395A; CLIN 0021: Idler Gear Assy, (1 each), P/N: Y3J18003; CLIN 0022: Pipe Water, (1 each), P/N: Y3J41136A; CLIN 0023: Cover, (1 each), P/N: Y3J15626C; CLIN 0024: Support, (1 each), P/N: Y3J12535; CLIN 0025: Washer Key, (1 each), P/N: Y3J20249; CLIN 0026: Pipe, (4 each), P/N: 92MX58; Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer and past performance. The following FAR/DFAR Clauses/Provisions apply: 52.204-7 System for Award Management; 52.204-13 System for Award Management Maintenance 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors ”Commercial Items; 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 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; 52.247-34 F.O.B. Destination; 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation; 252.212-7000 Offerors Representations and Certifications ”Commercial Items; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7000 Qualifying Country Sources as Subcontractors; 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7020 Buy American ”Balance of Payments Program Certificate 252.232-7003 Electronic Submission of Payments Requests; 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments; 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://www.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 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 cover sheet and all of the above required information (call the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ba5b7850b9b5f6322c22a19925c6d3ec)
- Place of Performance
- Address: Marine Corps Logistics Command, Production Plant, Barstow, CA
- Zip Code: 92311
- Zip Code: 92311
- Record
- SN03229598-W 20131108/131106234231-ba5b7850b9b5f6322c22a19925c6d3ec (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 |