SOLICITATION NOTICE
J -- Maintenance, Repair, and Rebuilding of Equipment
- Notice Date
- 3/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700412R0010
- Response Due
- 4/9/2012
- Archive Date
- 7/9/2012
- Point of Contact
- TAMMIE D. WILLIAMS 229-639-6772
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION No: M67004-12-R-0010 SOLICITATION CLOSES: 9 April 2012 @ 4:30 PM EST Point of Contact: Tammie Williams, Contracts Department, (Code S1922), 814 Radford Blvd, Ste 20270, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6772, Email: tammie.williams@usmc.mil This is a combined synopsis/solicitation for a commercial rebuild, that is 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 2005-56 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 rebuild in accordance with procedures prescribed in FAR Parts 12 and 15. The North American Industry Classification Standard (NAICS) Code 811198 “All other Automotive Repair and Maintenance; Small Business Size Standard of $7.0 million applies. A firm-fixed price contract is anticipated. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. The required delivery is 90 days after receipt of reparable.. FOB Origin pricing is preferred. The Government shall be responsible for transportation costs to and from the repair facility. CLIN 0001- Semi-Trailer, Lowbed, 40 Ton, NSN: 2330-01-534-4570, 14 ea, in accordance with Statement of Work, Attachment #1. CLIN 0002- Semi-Trailer, Lowbed, 40 Ton, NSN: 2330-01-442-4975, 27 ea, in accordance with Statement of Work, Attachment #1. CLIN 0003- Contract Data Items [NOT SEPARATELY PRICED], in accordance with Appendix A to Statement of Work, Attachment #1 The following FAR/DFARS clauses/provisions apply: 52.202-1 Definitions 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offeror ™s-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. Past Performance - (Offeror ™s are requested to provide Points of Contact, Description, and Delivery Dates of previous contracts for similar work they have performed in the last three to five years). 2. Delivery 3. Price Past Performance, Delivery and Price are of equal importance. 52.212-3 (Alt 1) Offeror Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.247-32 F.O.B Origin; Freight Prepaid 252.211-7003 Item Identification and Valuation; 252.211 -7006 Passive Radio Frequency Identification 252.212-7000 Offeror Representations and Certifications ”Commercial Items 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 Incorporation 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; 52.219-9 Small Business Subcontracting Plan; 52.219-16 Liquidated Damages “ Subcontracting Plan 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 Incorporation the following: 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); 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; Offeror ™s 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. See Numbered Note(s) 22.*****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412R0010/listing.html)
- Record
- SN02692118-W 20120310/120308235105-6b642dcc0a5773bbbd9e1199f8c67f5a (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 |