SOLICITATION NOTICE
58 -- VIBRATION ANALYSIS ON EQUIPMENT
- Notice Date
- 5/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0175
- Response Due
- 5/25/2010
- Archive Date
- 6/9/2010
- Point of Contact
- SSGT SIMMONS 229-693-8734 SSgt Simmons, Marina A.phone (229)639-8734FAX (229) 639-8232
- E-Mail Address
-
marina.simmons@usmc.mil
(marina.simmons@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATION NUMBER: M67004-T-10-0175SOLICITATION CLOSES May 24, 2010, 4:30 P.M. EST Point of contact: SSgt Simmons, Marina A., Contracts Department Attn: Office Code, (S1924) 814 Radford Blvd., Ste 20270 Marine Corps Logistics Command Albany, Georgia 31704-1128, phone (229)639-8734, email marina.simmons@usmc.mil (preferred).FAX (229) 639-8232 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 with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is 100% Set-Aside for Small Businesses. Only offers received from certified small businesses will be considered for award. NAICS 541380, Testing Laboratories, size standard of $12M applies. A firm-fixed-price purchase order is the anticipated result of this effort. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. The following service will be performed aboard the Marine Corps Logistics Base, Marine Corps Logistics Command, Maintenance Center Albany, GA 31704. CLIN 0001: Service, Perform Vibration Analysis on Government owned equipment. See attached Statement of Requirement. Base Period - one year. CLIN 1001: Service, Perform Vibration Analysis on Government owned equipment. See attached Statement of Requirement. 1st Option Period - one year. CLIN 2001: Service, Perform Vibration Analysis on Government owned equipment. See attached Statement of Requirement. 2nd Option Period - one year. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 252.211-7003 Item Identification and Valuation; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation - Commercial Items, Evaluation factors in order of importance are Lowest Price Technically Acceptable. 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract (365 / 60 Days); 52.212-3(Alt 1) Offeror Representations 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 - 52.219-6 Notice of Total Small Business Set-Aside; 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 Affi! rmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration). 52.237-2 Protections of Government Buildings, Equipment and Vegetation; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; Offerors responding to this announcement must provide the information required by and 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 - 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate III)). 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.247-34 F.o.b. Destination. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0175/listing.html)
- Place of Performance
- Address: Department Attn: Office Code, (S1924) 814 Radford Blvd., Ste 20270, ALBANY, GA
- Zip Code: 31704
- Zip Code: 31704
- Record
- SN02146078-W 20100513/100511234829-c9cdc0a072d7706235e89c2e6eb1efe9 (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 |