Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
SOLICITATION NOTICE

49 -- COMPONENTS FOR 3RD ECHELON MAINTENANCE WELDING SHOP

Notice Date
6/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0213
 
Response Due
6/19/2012
 
Archive Date
7/4/2012
 
Point of Contact
HAROLD KOSTEM 910-451-1769 Primary Contact: Harold Kostem, harold.kostem@usmc.mil
 
E-Mail Address
ary
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYSNOPSIS/SOLICATION: for commercial items 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. A written solicitation will not be issued. Solicitation number M6700112Q0213 is issued as a request for quote. The NAICS code for this requirement is 423830 and the small business size standard is 100 employees. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. This is a brand name or equal purchase description. As such, the provision at FAR 52.211-6, Brand Name or Equal (AUG 1999) applied to this RFQ. The brand name, manufacturer, and product/part numbers are provided along with the salient physical, functional, or performance characteristics that œequal products must meet. The Government will consider offers for any brand or product that fulfills the Government ™s requirement. CLIN 0001: Horizontal Bandsaw. Quantity: 1. each Manufacturer: Vectrax, Product Number: MH-916JR-3, Item Description (Salient Characteristics): Horizontal Bandsaw; Horsepower:2; Blade length (Decimal Inch): 132.00; Blade Width (Inch):1;Maximum Capacity Round:9 (Inch); Maximum Capacity Rectangle (Inch): 9W x 16H CLIN 0002: Accessories. Stand to use with MH-916JR. Quantity: 1 each. CLIN 0003: Hydraulic Powered Shear Machine. Quantity: 1 each. Manufacturer: Tennsmith; Product Number; Model 52H; Item Description (Salient Characteristics): Manual, Hydraulic & Pneumatic Shears; Machine Type: Hydraulic; Type: Foot Shear; Abrasive Length (Inch): 52-1/4; Shear Capacity Mild Steel Inch: 0.0600 (Decimal Inch); Sheer Capacity Mild Steel Gage: 16; Shear Capacity Stainless Steel Gage: 20 F.O.B POINT: Destination PREFERRED DELIVERY DATE: 30-60 Days ARO (After Receipt of Order) DELIVER TO: CLC-21 Supply Building 1702 C Cherry Point, NC 28533 Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. In accordance with FAR 52.212-1, submission of quote shall include the following: (1) Technical: Descriptive literature and/or product information; (2) Past performance: The offeror shall provide two references (not more than 3 years old) that are relevant in scope to this requirement. Include the following information: (a) Contract Number; (b) Dollar Value; (c) Award and Completion Dates; and (d) Agency point of contact information. Offerors with no past performance history will not be evaluated favorably or unfavorably; and (3) Price: All pricing quoted shall be FOB Destination. The basis for award is lowest price technically acceptable considering salient characteristics, delivery, price and past performance. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award; however, we reserve the right to issue multiple awards. Direct all questions regarding this solicitation to Harold Kostem at email, harold.kostem@usmc.mil. The closing date and time for this solicitation is 19 June 2012 at 4:00 PM (EST). Quoters are responsible for ensuring that their submitted quote has been received and are legible. Submit quote to harold.kostem@usmc.mil. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); FAR 52.252-2 Clauses Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate. The following clauses apply under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0213/listing.html)
 
Place of Performance
Address: CLC-21 Supply Building 1702 C
Zip Code: , Cherry Point, NC
 
Record
SN02773598-W 20120614/120612235615-81fe6465403e7d41ff63133629fcba8d (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.