SOLICITATION NOTICE
49 -- MK-48 LOGISTICS VEHICLE SYSTEM (LVS) KITS
- Notice Date
- 10/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423120
— Motor Vehicle Supplies and New Parts Merchant Wholesalers
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700410T0338
- Response Due
- 11/5/2010
- Archive Date
- 12/6/2010
- Point of Contact
- Capt Oronde Dominique 229-639-6753 Capt Oronde Dominique
- E-Mail Address
-
nance
- Small Business Set-Aside
- Total Small Business
- Description
- 49 “ Maintenance and Repair Shop Equipment SUBJECT: MK-48 (LVS) HOSE KIT SOL#: M67004-10-T-0338 Closes 5 November 2010; 4:30 PM EST 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 supplies 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 2005-45 and Defense Acquisition Circular 91-13. śTHIS NOTICE CONSTITUTES THE ONLY SOLICITATION ť; this requirement is 100% Set-Aside for Small Businesses. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price, Requirements type contract for this requirement. This contract will have a base year and two (2) option years. Only offers received from certified small businesses will be considered for award. The North American Industry Classification Standard (NAICS) code 423120 Motor Vehicle Supplies and New Parts Merchant Wholesalers - Size Standard of 100 employees applies. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. Notes: 1.Individual Delivery Orders will be issued against the resulting contract, 25 to 100 per delivery order. The requiring activity (MCLC Maintenance Center, Albany), will notify the Contractor when kits will be required. 2.The LVS Hose Kits will be built in accordance with Statement of Work (SOW) attached to this solicitation. The SOW identifies each required Kit, parts list contained within the kits and the marking instructions. 3.Hose kits will be boxed by individual kits and labeled with the LSN number and name of the kit on the outside of the box. 4.Ship to Address: Marine Corp Logistics Command, Maintenance Center, Warehouse 1331, Door 10, Albany, GA 31704. FOB Destination is required. A. Description CLIN 0001: CLIN 0001 (BASE YEAR): Main Hydraulic Hose Kit, LSN 4730-01-A14-4089, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 1001 (1st Option Year): Main Hydraulic Hose Kit, LSN 4730-01-A14-4089, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 2001 (2nd Option Year): Main Hydraulic Hose Kit, LSN 4730-01-A14-4089, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) B. Description CLIN 0002: CLIN 0002 (BASE YEAR): Brake Air Hose Kit, LSN 4730-01-A14-4663, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 1002 (1st Option Year): Brake Air Hose Kit, LSN 4730-01-A14-4663, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 2002 (2nd Option Year): Brake Air Hose Kit, LSN 4730-01-A14-4663, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) C.Description CLIN 0003: CLIN 0003 (BASE YEAR): Air & Fuel Intake Hose Kit, LSN 4730-01-A14-4662, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 1003 (1st Option Year): Air & Fuel Intake Hose Kit, LSN 4730-01-A14-4662, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 2003 (2nd Option Year): Air & Fuel Intake Hose Kit, LSN 4730-01-A14-4662, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) D. Description CLIN 0004: CLIN 0004 (BASE YEAR): Brake Air Hose Kit, LSN 4730-01-A14-4083, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 1004 (1st Option Year): Brake Air Hose Kit, LSN 4730-01-A14-4083, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 2004 (2nd Option Year): Brake Air Hose Kit, LSN 4730-01-A14-4083, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) E.Description CLIN 0005: CLIN 0005 (BASE YEAR): Transfer Hose Kit, LSN 4730-01-A14-4082, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 1005 (1st Option Year): Transfer Hose Kit, LSN 4730-01-A14-4082, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) CLIN 2005 (2nd Option Year): Transfer Hose Kit, LSN 4730-01-A14-4082, for use on the MK48. In accordance with the attached Performance Work Statement, (365 day ordering period with a Minimum Quantity of 25-Maximum Quantity of 100) 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 factors in order of importance are Lowest price technically acceptable. 52.216-21 Requirements; 52.217-5 -- Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract (60 Days); 52.212-3(Alt 1) Offerors 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 - 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of 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 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Equal Opportunity; 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; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration; 52.222-99 Notification Of Employee Rights Under The National Labor Relations Act; 52.247-34 F.o.b. Destination; 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 Offerors 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. 252.211-7003 Item Identification and Valuation; 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; 252.225-7021 Trade Agreements; 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 Adjustment; 252.247-7023 Transportation of Supplies by Sea ); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7020 Trade Agreements Certificate; 252.232-7010 Levies on Contract Payments. The offerors 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/M6700410T0338/listing.html)
- Place of Performance
- Address: 814 RADFORD BLVD
- Zip Code: BLDG 1331 DOOR 10, ALBANY, GA
- Zip Code: BLDG 1331 DOOR 10, ALBANY, GA
- Record
- SN02314812-W 20101023/101021234133-f3e4b95a0da46dfd7288338cc63d3598 (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 |