Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2011 FBO #3484
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding of Equipment

Notice Date
6/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700411T0024
 
Response Due
7/6/2011
 
Archive Date
10/6/2011
 
Point of Contact
Christa Gilford 229-639-6166
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 and Defense Acquisition Circular 91-13. The NAICS Code is 336111 and the small business size standard is 1000 employees. The Marine Corps Logistics Command, Albany, GA intends to award a Firm Fixed Price contract to SELEX SENSORS AND AIRBORNE SYSTEMS LTD CAGE Code K0668 for the following: CLIN 0001- REFURBISHMENT OF GROUND CONTROL FIRE SENSOR (GCFS), NSN 1290-99-958-0742, P/N:V-39-2046-01, Qty 1 EACH; in accordance with Attachment #1. FOB Destination to MMSA01 TRAFFIC MANAGEMENT OFFICER MCLC Bldg 1221 DR 20, MF FSD STOR MAINTBR WHSE 1231 DR 11, 814 RADFORD BLVD ALBANY GA 31704-5000. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation. The following factors shall be used to evaluate offers, listed in descending order of importance: Price, delivery, and past performance. All responsible sources may submit a proposal which shall be considered. Such offers must be supported by information to enable the government to evaluate an offerors ability to provide this item without the government providing technical data. NO TECHNICAL DATA OTHER THAN ATTACHMENT #1 IS AVAILABLE. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; 52.212-1 Instructions to Offerors ”Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.247-34 F.O.B. Destination; 252.204-7003 Control of Government Personnel Work Product, 252.209-7004 Subcontracting With Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation; 252.211-7006 Radio Frequency Identification, 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 Award, 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-9 Small Business Subcontracting Plan, 52.21-16 Liquidated Damages Subcontracting Plan, 52.222-19 Child Labor “ Cooperation with Authorities and Remedies; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration;), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating Requirements Relating to Compensation of Former DoD Officials, 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7021 Trade Agreements, 252.225-7012 Preference for Certain Domestic Commodities, 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). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation “ Commercial Items (Alt 1); with their offer incorporating 252.212-7000 Offeror Representations and Certifications ”Commercial Items. 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 WIDER 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. Written, facsimile, or emailed (preferred) quotes and the above required information must be received by the point of contact above by the Closing date.See Numbered Note(s) 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700411T0024/listing.html)
 
Record
SN02466497-W 20110609/110607235311-67a2908c753753ccedca644c2064485d (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.