SOLICITATION NOTICE
43 -- Various Parts for the M17 Trailer
- Notice Date
- 12/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700404Q0017
- Response Due
- 1/8/2004
- Archive Date
- 2/7/2004
- Point of Contact
- Cpl Chatfield, Randall W (229) 639-6783 GySgt Mohead, Kacy M (229) 639-6734
- E-Mail Address
-
Email your questions to chatfieldrw@logcom.usmc.mil
(chatfieldrw@logcom.usmc.mil)
- Description
- GySgt Mohead, KM, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 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. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18 and Defense Acquisition Circular 91-13. This action is restricted to small businesses. This solicitation contains three (3) CLINS with the intent of awarding a firm-fixed price contract. Marine Corps Logistics Command, Albany, GA has a requirement for the following items: CLIN 0001, Decontamination Apparatus; CLIN 0002, Sixcon Fuel Pump Module; CLIN 0003, Sixcon Fuel Pump Module Pump Unit. All parties that are interested in providing a quote need to contact the point of contact to receive the CLINS descriptions. This acquisition may be split if it is in the best interest of the Government or if no one contractor can provide all of the listed line items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine the best value to the Government: Price, Technical Acceptance and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-3, O fferor Representatives 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: 52.203-6 alt. I, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-3, Convict Labor; 52.222-19, Chi ld Labor ? Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic funds transfer ? CCR); 52.243-1 Alt II, Changes ? Fixed Prices; 252.212-7000, Offeror Representatives and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7021, Trade Agreements); and 252.243-7001, Pricing of Contract Modifications. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Gover nment. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representatives and Certifications ? Commercial Items. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 08 January 2004, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Lo gistics Command, Albany, Georgia, Contracting Department. Email: chatfieldrw@logcom.usmc.mil
- Record
- SN00495715-W 20031226/031224212135 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |