SOLICITATION NOTICE
28 -- PAXMAN MARINE DIESEL ENGINE PARTS
- Notice Date
- 3/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700413T0073
- Response Due
- 4/13/2013
- Archive Date
- 5/13/2013
- Point of Contact
- Mathew Watts 229-639-6078
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: PAXMAN MARINE DIESEL ENGINE PARTS FEDERAL SUPPLY CODE: 28 “ ENGINES, TURBINES, AND COMPONENTS SOLICITATION NUMBER: M67004-13-T-0073 SOLICITATION CLOSES: 13 APRIL 2013 @ 12:00 PM EST Point of Contact: Mathew Watts, Contracts Department, (Code S1924), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6078, Fax: (229) 639-8232 Email responses preferred: mathew.watts@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6 and 13, 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 2005-66. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement will be full and open without restrictions. 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 333618- Other Engine Equipment Manufacturing; Size Standard 1000 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Note: These supplies will be in support of and shipped to Maintenance Center Barstow, CA. 92311-5015 CLIN 0001: Washer, Qty (25 each), P/N: OD28939P19; CLIN 0002: O-Ring, (20 each), P/N: OD307912; CLIN 0003: Fuel Pump Spring Plate Upper, (40 each), P/N: 6/256; CLIN 0004: Fuel Pump Spring Plate Lower, (40 each), P/N: 6/257; CLIN 0005: Spring Peg for Pump, (40 each), P/N: 6/463A; CLIN 0006: Bearing Cylinder Roller, (10 each), P/N: 710T58P15B; CLIN 0007: Clutch Multi Plate, (10 each), P/N: 680S638P38; CLIN 0008: Plate, (10 each), P/N: 680S638P82; CLIN 0009: Retaining Ring, (25 each), P/N: 680S638P83; CLIN 0010: Screw, (50 each), P/N: 680S638P28; CLIN 0011: Screw, (50 each), P/N: 680S638P26; CLIN 0012: Cable for 30F Terminal, (10 each), P/N: 680S638P53; CLIN 0013: Screw, (50 each), P/N: 680S638P54; CLIN 0014: Screw, (50 each), P/N: 680S638P76; CLIN 0015: Cover End Closing, (4 each), P/N: 710S669P70; CLIN 0016: Drive End Assy., (4 each), P/N: 710S669P67; CLIN 0017: Excitation Winding, (8 each), P/N: 680S638P23; CLIN 0018: Bus Bar Terminal, (10 each), P/N: 710T58P79; CLIN 0019: Commutator Shield, (8 each), P/N: 680S638P16; CLIN 0020: Washer Insulating, (50 each), P/N: 710T58P43; CLIN 0021: Screw, (50 each), P/N: 680S638P79; CLIN 0022: Screw, (50 each), P/N: 680S638P57; CLIN 0023: Bushing, (40 each), P/N: 710T58P29; CLIN 0024: Wick, (20 each), P/N: 710T58P35; CLIN 0025: Pinion Starter, (10 each), P/N: 680S638P51; CLIN 0026: Plate Insulating, (10 each), P/N: 80OA103P38; CLIN 0027: Part Set Thrust Rod, (10 each), P/N: 680S638P86; CLIN 0028: Bearing Needle Roller, (10 each), P/N: 710T58P17A; CLIN 0029: Spring, (20 each), P/N: 680S638P41; The following FAR/DFAR Clauses/Provisions apply: 52.204-7 Central Contractor Registration; 52.204-13 Central Contractor Registration Maintenance 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, considering the following factors: technical capability of the item to meet the requirement, price and past performance. 52.212-3(Alt 1) Offerors Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 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; 52.219-28 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; 52.223-18 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; 52.247-34 F.o.b. Destination; 252.204-7004 (Alt A) Central Contractor Registration Alternate A 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; 252.212-7001 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; 252.247-7023 (Alt III) Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea.); 252.225-7000 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; 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://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/425dde47e7ec2d75b36052daca1dbd0e)
- Record
- SN03010786-W 20130315/130313234612-425dde47e7ec2d75b36052daca1dbd0e (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 |