Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2017 FBO #5549
SOLICITATION NOTICE

53 -- GARNET

Notice Date
1/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
M67004 Marine Corps Logistics Command 814 Radford Blvd Albany, GA
 
ZIP Code
00000
 
Solicitation Number
M6700417Q0022
 
Response Due
2/10/2017
 
Archive Date
2/25/2017
 
Point of Contact
KEVIN FRALISH 229-639-8594
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial supply 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 2005-95. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is not restricted to 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 327910- Abrasive Product Manufacturing; Size Standard 500 employees applies. The government reserves the right to make one, multiple or no award resulting from this solicitation. Notes: 1. Transportation /Freight CLIN offered price shall be current pricing for 22 ton truckload shipped from shipping point to MCLB Albany, GA and will be evaluated for award of any contract resulting from this solicitation. This CLIN charges will be prepaid by the contractor and subsequently invoiced as a pass-through charge for the amount of the transporter ™s invoice. 2. Delivery Location: Marine Corps Logistics Base, Whse 1330, Door 7, Bay 2, Albany GA 31704. CLIN 0001: ALLUVIAL GARNET, ALMANDINE 30 x 60 Mesh; Qty: 220 Tons. Palletized 55 lb bags in 22 Ton per truckload increments approximately every ten days until contract complete. CLIN 0002: TRANSPORTATION / FREIGHT, Estimated Shipping charges for shipments of 22 Ton loads to MCLC Albany, GA; Qty: 10 EA truckloads. FOB: Freight Prepaid. The following FAR/DFAR Clauses/Provisions apply: 52.204-7 Central Contracting 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; 52.212-1 Instructions to Offerors ”Commercial Items; 52.212-2 Evaluation -- Commercial Items - Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer. 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 Statutes or Executive Orders- Commercial Items 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 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 Encouraging Contractor Policies to BAN Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.247-32 F.O.B. Origin, Freight Prepaid; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7004 (Alt A) Central Contractor Registration Alternate A; 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offerors Representations and Certifications ”Commercial Items; 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments Program Certificate 252.225-7036 Buy American ”Free Trade Agreements--Balance of Payments 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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; 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer 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 current/up to date 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) / (SAM) 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/69036a6414d25c97ac080aecefef1b52)
 
Record
SN04385452-W 20170201/170130234639-69036a6414d25c97ac080aecefef1b52 (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.