SOLICITATION NOTICE
55 -- HARDWOOD PALLETS
- Notice Date
- 2/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321920
— Wood Container and Pallet Manufacturing
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0062
- Response Due
- 3/9/2010
- Archive Date
- 4/19/2010
- Point of Contact
- SHARON WARREN 229-639-6730 Fax:(229)639-8232
- E-Mail Address
-
sharon.warren@usmc.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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 with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This notice is set-aside 100% for Small Business. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award an Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price contract with optional periods and quantities for this requirement. The contract will be awarded in accordance with procedures prescribed in FAR Parts 12 and 13.5 for Commercial Supplies. The North American Industry Classification Standard (NAICS) code 321920 Wood Container and Pallet Manufacturing; Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. CLIN 0001: Hardwood Pallets-Base year period with a minimum ordering quantity of 1,000 each and a maximum ordering quantity of 8,000 each. CLIN 0002: Hardwood Pallets-Option year one with a minimum ordering quantity of 1,000 each and a maximum ordering quantity of 8,000 each. CLIN 0003: Hardwood Pallets- Option year two (2) period with a minimum ordering quantity of 1,000 each and a maximum ordering quantity of 8,000 each. See the attached Statement of Work. Delivery location: Marine Corps Logistics Command, Maintenance Center, Albany, GA 31704. FOB Destination pricing is required. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Delivery Orders will be placed against the resulting contract with scheduled deliveries for the pallets. The following FAR/DFARS clauses/provisions apply: 52.211-9 Desired and Required Time of Delivery; 52.211-15 Defense Priority and Allocation Requirements; 52.247-34 F.O.B. Destination; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items: Evaluating Factor is Lowest Price Technically Acceptable Offer; 52.212-3 (Alt 1) Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.216-18 Orderi! ng; 52.216-19 Ordering Limitations; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.216-22 Indefinite Quantity; 252.209-7001; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7013 Duty-Free Entry; 252.225-7020 Trade Agreements Certificate; 252.232-7010 Levies on Contract Payments. Disclosure of Ownership or Control by the Government of a Terrorist Country; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Incorporating 52.222-50 Combating Trafficking in Person; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I); 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan; 52.219-16 Liquidated Damages - Subcontracting Plan; 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; 52.222-35 Affirmative Action for Works with Disabilities; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Oth! er Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-3 Payment by Electronic Funds Transfer - Central Contractor Registration). 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://orca.bpn.gov/login.aspx.; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Incorporating 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.219-7003 Small Business Subcontracting Plan; 252.225-7021 Trade Agreement; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustments; 252.247-7023 Transportation of Supplies by Sea); 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 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 all of the above required information must be received by the point of contact above by the Solicitation Closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0062/listing.html)
- Record
- SN02071236-W 20100224/100222235908-51911ca70adfab19107faaf996b18685 (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 |