SOLICITATION NOTICE
34 -- CNC TUBE BENDING EQUIPMENT
- Notice Date
- 2/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333513
— Machine Tool (Metal Forming Types) Manufacturing
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700412R0017
- Response Due
- 3/23/2012
- Archive Date
- 4/27/2012
- Point of Contact
- ORONDE DOMINIQUE 229-639-6753 Capt Oronde Dominique
- E-Mail Address
-
nance
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services 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 2005-55 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is solicited on an UNRESRTICTED basis. The requirement will be solicited and awarded as a Firm-Fixed-Price contract for commercial supplies in accordance with procedures prescribed in FAR Parts 12 and 15. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. NAICS Code 333513- Machine Tool (Metal Forming Types) Manufacturing “ Size Standard 500 employees applies. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. CLIN 0001: (1) each, CNC Standard Tube Bender w/Accessories (See Attached Statement of Requirement (SOR). CLIN 0002: (1) each, CNC robotic ender w/Accessories (See SOR) CLIN 0003: (1) each, Endformer w/Accessories (See SOR) CLIN 0004: (1) each, On-site delivery, set-up, testing and training of government operators. CLIN 0005: (1) each, Additional 3 Year Warranty of machines described in CLINs 0001 “ 0003. FOB DESTINATION: MCLB Barstow, CA, 92311 (Yermo Annex). The following FAR/DFARS clauses/provisions apply: 52.201-1 Definitions 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation “ Commercial Items with the following paragraph addenda: In addition to the information in paragraph (a), Offers will be evaluated on the basis of Best Value to the Government, the following will be considered: 1.Price, 2.Delivery 3.Past Performance -(Offerors are requested to provide Points of Contact, Description, and Delivery Dates of previous contracts for similar supplies they have provided in the last three to five years). Price, Delivery and Past Performance are of equal importance. 52.212-3 (Alt 1) Offeror Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages -- Subcontracting Plan 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B Destination; 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.211-7003 Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications ”Commercial Items 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7020 Trade Agreements Certificate 252.232-7010 Levies on Contract Payments 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items Incorporating the following: 52.203-6 (Alternate I) Restrictions on Subcontractor Sales to the Government. 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000.00). (Not applicable to subcontracts for the acquisition of commercially available off the shelf items). 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 Affirmative Action for Works with Disabilities; 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; 52.222-40 Notification of Employee Rights; 52.223-18 Contractor Policy on 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 the following: 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 and Receiving Reports; 252.243-7002 Requests for Equitable Adjustments; 252.247-7023 Transportation of Supplies by Sea; Offerors responding to this announcement must provide the information required by 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. 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 (CCR) 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. Email (preferred) or faxed quotes with cover sheet and all of the above required information. All quotes must be received by the above listed Point of Contact, No Later Than (NLT) the Solicitation Closing Date stated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412R0017/listing.html)
- Place of Performance
- Address: MCLB WHSE 405, WEST END
- Zip Code: , BARSTOW, CA
- Zip Code: , BARSTOW, CA
- Record
- SN02685076-W 20120301/120228235445-25df1396d5dd342ce4b136f3df950d86 (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 |