SOLICITATION NOTICE
39 -- Materials Handling Equipment
- Notice Date
- 5/6/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700415R0037
- Response Due
- 6/5/2015
- Archive Date
- 6/20/2015
- Point of Contact
- Kevin Fralish 229-639-8594
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6 and 13.5 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 2005-80. 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 332999- All Other Miscellaneous Fabricated Metal Product Manufacturing; Size Standard 750 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1.Delivery Location: Marine Corps Logistics Base, BLDG 2200, Door N 7, SR 8, Albany GA 31704. Description: CLIN 0001: Stackable Crane Test Weight System, (Qty 1), Maximum required weight of 187,500 lbs. Set shall be certified and traceable to N.I.S.T standards, solid steel (solid steel) system fabricated by certified welders - Maximum length/width dimension of largest segment is 9ft square. The system shall be of a stackable, interlocking design consisting of seven (7) 25,000 lb segments and one (1) 12,500 lb segment and shall include forklift handling access space for 6 inch forklift forks and lifting eyes for rigging / testing. System shall be painted with yellow epoxy paint with black weight markings. Offerors shall submit detailed descriptions/pictures and dimensions of the proposed products and warranty information with their offer. System will primarily be used to test 35-Ton Cranes (87,500 lbs. Clear height floor to hook 20ft) and 75-Ton crane (187,000 lbs. Clear height floor to hook 31ft). Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer and past performance. The following FAR/DFAR Clauses/Provisions apply: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-2 Security Requirements 52.204-7 Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-13 Central Contractor Registration Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors ”Commercial Items; 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; 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; 52.222-50 Combating Trafficking in Persons; 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; 52.232-39 Unenforceability of Unauthorized Obligations; 52.247-34 F.O.B. Destination; 52.247-65 F.O.B. Other; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7004 (Alt A) Central Contractor Registration Alternate A 252.204-7005 Oral Attestation of Security Responsibilities; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.207-7012 Safeguarding of Unclassified Controlled Technical Information; 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; 252.225-7000 Qualifying Country Sources as Subcontractors; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7020 Buy American ”Balance of Payments Program Certificate; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payments Requests; 252.232-7006 Wide Area Workflow WAWF; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications 252.246-7006 Warranty Tracking of Serialized Items; 252.247-7022 Representation of Extent of Transportation by Sea; 252.247-7023 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 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/3b91c1a7084088455b2d535e9f066cca)
- Record
- SN03722968-W 20150508/150507000326-3b91c1a7084088455b2d535e9f066cca (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 |