SOLICITATION NOTICE
25 -- Vehicle Insulation Kits
- Notice Date
- 12/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336360
— Motor Vehicle Seating and Interior Trim Manufacturing
- Contracting Office
- M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700413T0016
- Response Due
- 1/14/2013
- Archive Date
- 2/14/2013
- Point of Contact
- Eric Spychalski 229 639-5768
- Small Business Set-Aside
- Total Small Business
- 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 with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement will be a 100% set-aside for Small Business. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The North American Industry Classification System (NAICS) code - 336360 Motor Vehicle Seating and Interior Trim Manufacturing: Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1. Offerors shall state their proposed delivery schedule. 2. Offerors shall provide the Part Number (P/N) and if available National Stock Number (NSN) as listed no substitutions will be accepted. 3. Delivery: Marine Corps Logistics Base Albany GA. śFOB Destination pricing is recommended/ preferred ť. CLIN 0001: CASE 1150E Insulation Panel, Vehicular Cab (2 Kits). P/N MF1150-KIT NSN 2510-01-581-9931 CLIN 0002: TEREX Insulation Kit (4 Kits). P/N MFTX51-KIT NSN 2510-01-587-7454 CLIN 0003: 7.5 Ton Crane Insulation Panel, Vehicular Cab (1 Kit). P/N MF-LRT110-KIT NSN 2510-01-581-9426 CLIN 0004: CASE 1150/1155 Insulation Filler (4 Kits). P/N MF-115X-IP-FILLER-KIT No NSN Assigned The following FAR/DFAR Clauses/Provisions apply: 52.204-99 (DEV) System for Award Management Registration (Deviation) 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: Award will be made on a lowest-priced, technically acceptable basis. 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.232-99 (DEV) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.247-34 F.o.b. Destination; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation; 252.212-7000 Offerors Representations and Certifications ”Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7020 Buy American ”Balance of Payments Program Certificate 252.232-7006 Wide Area Workflow WAWF 252.232-7010 Levies on Contract Payments; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders “ Commercial Items; Incorporating - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 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 “ 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; 252.232-7010 Levies on Contract Payments; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of 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 in the System for Award Mgmt (SAM) @ https://www.sam.gov/portal/public/SAM/. 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 (call the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c6a894f55d51665d9c57ed500f72e85a)
- Record
- SN02947829-W 20121214/121212235120-c6a894f55d51665d9c57ed500f72e85a (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 |