SOLICITATION NOTICE
J -- REBUILD HT 740D TRANSMISSION
- Notice Date
- 12/22/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 31704-3019
- Solicitation Number
- M6700405Q0023
- Response Due
- 1/10/2005
- Archive Date
- 2/9/2005
- Point of Contact
- SERGEANT LOVASZ 229 639 6794
- E-Mail Address
-
DANIEL.LOVASZ@USMC.MIL
(DANIEL.LOVASZ@USMC.MIL)
- Description
- GySgt Heath, D, Contracting Officer. This is a combined synopsis/solicitation for commercial service 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 and Defense Acquisition Circular 91-13. This action is being procured on an unrestricted basis; no small business set-aside is being considered. The NAICS code for this action is 333618. This solicitation contains (1) one CLIN; with the purpose of issuing a firm-fixed price requirement contract for a base of one-year with (4) one-year option periods. The following service is required to government owned HT 740D Transm! issions part number 6885587. Offerors are required to reconfigure item to Marine Corps specifications as provided in the SOW. The total estimated quantity for this item is 50 transmissions within a one-year period of performance. All offerors must request a statement of work from the Contracting Specialist. Contractor will be responsible for shipping, loading, and unloading of all units. Certified factory trained personnel will perform all remanufacturing and warranty work. 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: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations! and Registrations - 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; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 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, Child Labor-Cooperation with Authorities and Remedies; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases and; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contrac! t Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal hires; 52.222-43, Fair labor Standards Act and Service Contract Act- Price Adjustment (Multiple year and Option Contracts); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic funds transfer - CCR); 52.216-21, Requirements; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option To Extend The Term of The Contract; 52.243-1, Changes Alt II; 52.249-2, Termination for Convenience of The Government (Fixed- Price); 52.249-8, Default (Fixed- Price Supply); 52.252-2, Solicitation Clauses Incorporated by Reference; 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;252.232-7003, Electroni! c Submission; 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 Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation-Commercial Items http://farsite.hill.af.mil/vffara.htm with their offer. 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 http://www.ccr.gov/ and Wide Area Work Flow http://wawftraining.com/ 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 10 January 2005, at 4:30 PM Eastern Standard Time. All responsible sources may submit a quote that will be considered by the Contracting Department, Marine Corps Logistics Command; Albany, Georgia. Email: daniel.lovasz@usmc.mil . Phone/Fax as respectively (229)639-6794/6791 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67004/M6700405Q0023/listing.html)
- Record
- SN00725310-F 20041224/041222212731 (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 |