Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

34 -- BHL Hardware / Tiedown Kit

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700410T0242
 
Response Due
8/10/2010
 
Archive Date
8/25/2010
 
Point of Contact
SSgt Pohribnak, J M 229-639-5768
 
E-Mail Address
joshua.pohribnak@usmc.mil
(joshua.pohribnak@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
34 - Metalworking Machinery SOL # M67004-10-T-0242 Closes 10 August 2010 4:30 PM EST TITLE: BHL HARDWARE KIT Point of contact: SSgt Joshua Pohribnak, joshua.pohribnak@usmc.mil (229)639-5768, FAX (229) 639-8232. (Email responses / offers are preferred). Mailing - 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 2005-44 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is 100% Set-Aside for Small Businesses. NAICS Code 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing - 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. NOTE TO POTENTIAL OFFERORS - This requirement is for concept prototype kits that may not be selected for further production. The award of this contract may result in only one each of the two kit types being produced by the awardee. Please contact me via email for the technical data package including the Statement of Requirement (SOR) E8020 and E8017.CLIN 0001: Design: BHL Tool Carrier Equipment Tie-Down Kit - IAW SOR E8020 and applicable drawings; 1 KTCLIN 1001: (Optional Qty) Prototype: BHL Tool Carrier Equipment Tie-Down Kit - IAW SOR E8020 and applicable drawings; 1 KTCLIN 2001: (Optional Qty) Validation: BHL Tool Carrier Equipment Tie-Down Kit - IAW SOR E8020 and applicable drawings; 1 KTCLIN 3001: (Optional Qty) Proof of Principle Kit: BHL Tool Carrier Equipment Tie-Down Kit - IAW SOR E8020 and applicable drawings; 1 KTCLIN 4001: (Optional Qty) Production: BHL Tool Carrier Equipment Tie-Down Kit - IAW SOR E8020 and applicable drawings; 63 KTandCLIN 0002: Design: BHL Tool Carrier Hardware Kit - IAW SOR E8017 and applicable drawings; 1 KTCLIN 1002: (Optional Qty) Prototype: BHL Tool Carrier Hardware Kit - IAW SOR E8017 and applicable drawings; 1 KTCLIN 2002: (Optional Qty) Validation: BHL Tool Carrier Hardware Kit - IAW SOR E8017 and applicable drawings; 1 KTCLIN 3002: (Optional Qty) Proof of Principle Kit: BHL Tool Carrier Hardware Kit - IAW SOR E8017 and applicable drawings; 1 KTCLIN 4002: (Optional Qty) Production: BHL Tool Carrier Hardware Kit - IAW SOR E8017 and applicable drawings; 63 KT 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;52.212-1 Instructions to offerors- Commercial Items; 52.212-2 Evaluation - Commercial Items, Evaluation based upon the Lowest Price - Technically Acceptable; 52.212-3(Alt 1) Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.222-99, Notification of Employee Rights under the National Labor Relations Act (DEVIATION 2010-O0013); 52.247-34-F.O.B. Destination; 252.211-7003 Alt I Item Identification and Valuation; ; 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 Statues or Executive Orders - Commercial Items; (Incorporating 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Small Business Set-Aside; 52.219-8 -- Utilization of Small Business Concerns ;52.219-28 Post Award Small Business Program; 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 Equal Opportunity for Special Disabled Veterans of the Viet Nam Era, and Other Eligible Veterans; 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; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 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 Registrations); 252.212-7000 Offeror Representations and Certifications--Commercial Items; 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; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program Alt I; 252.232-7003 Electronic Submission of Payments Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea (Alternate III)). 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 4:30 PM EST, 10 August 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700410T0242/listing.html)
 
Record
SN02221283-W 20100730/100729000019-87d98eda3a004941838a19732674a947 (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.