Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOLICITATION NOTICE

J -- Maintenance, Repair, and Rebuilding of Equipment

Notice Date
5/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700412T0163
 
Response Due
6/11/2012
 
Archive Date
9/11/2012
 
Point of Contact
Randolph D. Largeman 229-639-6775
 
Small Business Set-Aside
N/A
 
Description
Point of Contact: Randy Largeman, Contracts Department, (Code S1922), 814 Radford Blvd, Ste 20270, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6775 Email: randolph.largeman@usmc.mil This is a combined synopsis/solicitation for a commercial repairs, 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 2005-58 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 100% set aside for small businesses. 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. The North American Industry Classification Standard (NAICS) Code 334511 and the Small Business Size Standard of 500 employees 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 sixty (60) days after Award. Delivery address: Ship FOB collect to Panalpine Inc., 22750 Glen Drive Sterling, Virginia 20164. CLIN 0001- Repair of Amplifiers Controllers, NSN 5996-01509-4874, Part Number 770616534G001, QUANTITY 17 EA. CLIN 0002 “ Repair of RF Amplifiers ™s, NSN NONE, Part Number 77E3010653003, Quantity 11 EA. CLIN 0003- PWA Discrete Interface Ace NSN 5998-01-437-5413 Quantity 1 EA Part Numbers 130000492-G001, 130-013219-G030, 130-013219-G031. The following FAR/DFARS clauses/provisions apply: 52.202-1 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. 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). 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; 52.247-29 F.O.B Origin; 252.211-7003Alt I Item Identification and Valuation; 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 incorporating the following: 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). 52.222-3 Convict Labor; 52.222-19 Child Labor “ Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 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; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and balance of payments program. 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea Alt III; 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. See Numbered Note(s) 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412T0163/listing.html)
 
Record
SN02743884-W 20120511/120509235921-5d2d24e8b151bf04dcda89f985762d1c (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.