SOLICITATION NOTICE
42 -- Minimizer A-40 Distillation System
- Notice Date
- 5/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0209
- Response Due
- 6/9/2010
- Archive Date
- 7/16/2010
- Point of Contact
- Oronde Dominique 229-639-6753 Capt Oronde DominiqueContracting OfficerMaintenance Support BranchMarine Corps Logistics CommandAlbany GaComm: (229)639-6753FAX : (229)639-8232
- E-Mail Address
-
oronde.dominique@usmc.mil
(oronde.dominique@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- 42 - Fire Fighting, Rescue, and Safety Equipment SOL # M67004-10-T-0209Closes 9 June 2010 4:30 PM EST TITLE: Minimizer A-40 Distillation System Point of contact: Mr. Oronde Dominique, oronde.dominique@usmc.mil, email responses preferred (229)639-8594, fax: (229)639-8232, Contracts Dept. (Code S1924), 814 Radford Blvd, Ste 20270, Marine Corps Logistics Command, Albany, Georgia 31704-1128. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in 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. NAICS Code 562112 - Hazardous Waste Collection - Size Standard 500 employees applies. The intended result of this effort is the award of a Firm-Fixed-Price contract. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. A firm-fixed-price purchase order is the intended result of this effort. CLIN 0001: (1) each, Minimizer A-40 Distillation System; to include installation, (3) Separate training sessions for 30 employees and (4) sets of operator Manuals. (See attached Statement of Requirement for details). FOB DESTINATION: Marine Corps Logistics Command, Maintenance Center (M94700) Albany, GA 31704. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.237-2 Protections of Government Buildings, Equipment and Vegetation; 252.225-7002, Qualifying Country Sources; 252.232-7010, Levies on Contract Payments; 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 52.247-34 F.o.b. Destination. 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. 52.212-3(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 Affirmative Action for Workers with Disabilities; 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). 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 Officianls (JAN 2009)(Section 847 of Pub. L. 110-181; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Alternate I (Jul 2009); 252.232-7003 Electronic Submission of Payments Requests; 252.247-7023 Transportation of Supplies by Sea (Alternate IV)). The offeror shall also 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. 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. Email or otherwise transmit offers and other required information by Close of Business June 9, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0209/listing.html)
- Place of Performance
- Address: Marine Corps Logistics Command, Maintenance Center, Albany, Ga
- Zip Code: 31704
- Zip Code: 31704
- Record
- SN02157522-W 20100523/100521235955-869154e9ee5c118c6b1a85c0993de3e0 (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 |