Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2024 SAM #8217
MODIFICATION

W -- MHE Lease (29 May - 19 Jun) Innovation Readiness Training Exercise

Notice Date
5/25/2024 8:58:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
MFR COMPTROLLER NEW ORLEANS LA 70114-1500 USA
 
ZIP Code
70114-1500
 
Solicitation Number
M6786124Q0014
 
Response Due
5/26/2024 10:00:00 AM
 
Archive Date
05/29/2024
 
Point of Contact
SSgt Robles, L., Phone: 5046978343
 
E-Mail Address
lizbeth.robles@usmc.mil
(lizbeth.robles@usmc.mil)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number applicable to this announcement is M67861-24-Q-0014. This solicitation is issued as a request for quotation (RFQ). All responsible sources may submit a quotation which shall be considered by the agency. This solicitation includes all 48 pages of attached document.� Marine Forces Reserve (MFR) has a commercial requirement for delivery and lease of multiple heavy-duty material handling equipment as detailed in PWS. In accordance with FAR Parts 12 and 13, the MFR Regional Contracting Office is issuing a commercial solicitation for the acquisition of such supplies/services. Required specifications are listed in the Schedule of Supplies/Services and PWS within this solicitation. This requirement is not being procured as a total or partial SB set-aside in accordance with FAR 19.502-2. However, small business size and socio-economic concern status is being included as an evaluation factor for this procurement. NAICS 532412 � �Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing� with size standard of $40.0M applies. A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3) using: price and non-price factors of: technical capability and small business/socio economic status/certification. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum requirements, but is not required to do so. The awarded response may exceed the identified requirements in one or more ways and may or may not provide the lowest price, but does provide benefit to the Government as determined by the KO. The Government is not bound to make award to a response that exceeds the requirements if it provides no value or benefit to the Government. The Government may use information such as DoD PPIRS, SPRS and FAPIIS data available from Government sources to evaluate a Quoter's past performance. Potential awardee will be screened for responsibility in accordance with FAR 9.104. The Contractor�s quoted descriptions shall reflect the characteristics and level of quality that will satisfy the Government�s need as described in the Schedule of Supplies/Services. The quoter must clearly demonstrate that they can meet the solicitation requirements and the requested delivery start date. The pages of this document, quoters must provide their delivery lead times after receipt of order for supplies and period of performance for services if different than requested dates listed in the solicitation document. List by line item if the delivery lead time differs from one line item to another. This should be visible on the face of the quote and not incorporated as a link or other attachment. It is the Government�s intent to award a single firm-fixed price award on an �all-or-none� basis to satisfy this requirement using procedures in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. However, the Government reserves the right to issue multiple awards if required to fulfill the solicitation requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fcb027b621f7469b96c4e46990974875/view)
 
Place of Performance
Address: Otterville, MO 65348, USA
Zip Code: 65348
Country: USA
 
Record
SN07077002-F 20240527/240525230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.