SOLICITATION NOTICE
23 -- 1150E/1155E Series Tractor Power Train
- Notice Date
- 3/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336350
— Motor Vehicle Transmission and Power Train Parts Manufacturing
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0119
- Response Due
- 3/30/2010
- Archive Date
- 4/29/2010
- Point of Contact
- MSgt Brown Mavis 229-639-6715 MSgt Brown Mavis @ 229-639-6715
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for services prepared in accordance with the format in Federal Acquisition Regulation (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 2005-38 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% set-aside for Small Business. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The services will be solicited and awarded as a Performance Based - Commercial Service in accordance with procedures prescribed in FAR Parts 12 and 13.5. The North American Industry Classification Standard (NAICS) code 336350 Motor Vehicle Transmission and Power Train Parts Manufacturing; Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1. Estimated period of performance is 1 April 2010 through 30 December 2010.2. Pick-up and Ship to address: Marine Corps Logistics Base, Albany, GA, Maintenance Center Albany (MCA), Warehouse 1331, Door 10. Monday through Friday between the hours of 07:30 AM and 4:00 PM excluding Federal Holidays. FOB Destination pricing is required. CLIN 0001: Rebuild 1150/1155 Transmission. In accordance with the attached Performance Based Statement of Work. The following FAR/DFARS clauses/provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items: Evaluating Factors in order of precedence are - Lowest Price (per unit); Delivery Capability (see Note 2); and Past Performance; 52.212-3 (Alt 1) Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.247-34 F.O.B. Destination; 252.211-7003 Item Identification and Valuation (Alt I); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [additionally incorporating selected clauses -52.203-6 Restrictions on Subcontractor Sales to the Government (Alt I); 52.219-6 Notice of Total! Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 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 Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires]; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [additionally incorporating selected clauses - 52.203-3 Gratuiti! es; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustments; 252.247-7023 Transportation of Supplies by Sea]. 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. 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 below by the Solicitation Closing Date. Point of Contact: MSgt Brown, Mavis, (229) 639-6715, email offers directly to Contracts Dept. (Code S1924) P.O. Drawer 43019, MCLC Albany, GA 31704-3019, mavis.brown@usmc.mil (Preferred), FAX (229) 639-8232.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0119/listing.html)
- Place of Performance
- Address: Marine Corps Logistics Base, Maintenance Center Albany (MCA), Warehouse 1331, Door 10, Albany, GA
- Zip Code: 31704
- Zip Code: 31704
- Record
- SN02086767-W 20100311/100309234752-09a0c49445eb6e3bc8bc483b890ea6e7 (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 |