Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOLICITATION NOTICE

28 -- Engines, Turbines and Components

Notice Date
8/24/2009
 
Notice Type
Presolicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700409T0190
 
Response Due
9/25/2009
 
Archive Date
11/25/2009
 
Point of Contact
DOROTHY SHIRLEY 229-639-6762
 
Small Business Set-Aside
N/A
 
Description
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This announcement constitutes the request for quote(RFQ) for the required items under solicitation number M67004-09-T-0190, NAICS code: 333618, FSC:2815,Small Business Standard: 1,000 employees. This acquisition is solicited as full and open competition. A firm-fixed-price purchase order is the anticipated result of this effort. The government reserves the right to make one or no awards resulting from this solicitation. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be considered of best value to the Government. The following factors shall be used to evaluate offers, listed in descending order of importance: Price, delivery time, and past performance. The line items are to be delivered to Marine Corps Logistics Command, Barstow, CA 92311. CLIN 0001: New 6.5 Long Block in support of NSN 2320-01-107-7156 of the High Mobility Multi-purpose Wheeled Vehicle(HMMWV); Part Number: General Engine Products PN 5717215; Qty: Eleven(11) each; Delivery is FOB Destination to Barstow, CA 92311-5015, Inspection and Acceptance is destination. Preservation,Packaging, packing, and marking unless otherwise provided in the contract shall be packaged IAW contractor's best commercial practices. Item(s) is to be packed to assure acceptance by common carrier and provide product protection against damage and loss while in transit. Government's desired delivery date is 90 days after award of contract. Offeror is requested to list their proposed delivery schedule. The Contractor is authorized to exceed the delivery rate prior to time set forth in the schedule; provided there is no additional cost to the Government. The Offerors quote is to be a firm fixed price. The following FAR/DFARS/MAPS Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; Purchase Order rating DO-A4; 52.214-34 English Language; 52.214-35(US Currency); 52.243-1 Changes-Fixed Price; 52.246-2 Inspection of Supplies -Fixed-Price; 252.225-7000 Buy American Act-Balance of Payments Program Certificate 52.247-34 F.O.B. Destination; 52.252-2 Clauses incorporated by reference(full text of clause may be accessed electronically at this/these address(es)http://farsite.hill.af.mil); 252.204-7003 Control of Government Personnel Work Product; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items, Evaluation factors in order of importance are Price, Delivery time, Past Performance; Offerors responding to this announcement must provide the information required by 52.212-3(Alt 1) 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://orca.bpn.gov/login.aspx.; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Impleme! nt Statues or Executive Orders - Commercial Items (Incorporating 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; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration);. 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 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate III)); 5252.232.9650 USMC Wide Area Workflow Implementation; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; Marking of Radioactive Items: In accordance with the "Notice of Radioactive Materials" Local clause within this solicitation, all containers in which radioactive items, parts or subassemblies are delivered to the Government shall be clearly marked and labeled as required by the latest revision of MIL-STD-129. NOTE: Failure to properly follow specified marking instructions may result in a delay in payment and any such delay shall not constitute grounds for payment of any interest pursuant to the Prompt Payment Act (Public Law 97-177).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. The offeror shall 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 Registration 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 sources may submit a quote which shall be considered by the Marine Corps Logistics Command Contracts Dept. If quote is mailed, send to: Contracts Department/ Attn: Office Code S1924-Dorothy Shirley/814 Radford Blvd, Ste 20270/Marine Corps Logistics Command/Albany, GA 31704-1128. Emailed (this is preferred), faxed, or mailed quotes with all of the above required information must be received by the point of contact(Dorothy Shirley-Contract Specialist; phone:229-639-6762, fax:229-639-6793, e-mail:dorothy.shirley@usmc.mil) by the Solicitation Closing date(4:30pm; 25 Sep 2009).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700409T0190/listing.html)
 
Record
SN01924611-W 20090826/090825003257-bdd35242e4586dc25684c3b7b5ab6049 (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.