SOLICITATION NOTICE
47 -- HYDRAULIC HOSE KITS - Solicitaion Documents
- Notice Date
- 5/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command (LOGCOM), 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
- ZIP Code
- 31704-1128
- Solicitation Number
- M67004-18-Q-0068
- Archive Date
- 7/3/2018
- Point of Contact
- Eugene Swain, Phone: 2296398143
- E-Mail Address
-
eugene.swain@usmc.mil
(eugene.swain@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTIONS AND SPECIFICATIONS Part List Drawing of items Request for Quote SUBJECT: LIGHT ARMORED VEHICLE HYDRAULIC HOSE KITS FEDERAL SUPPLY CODE: 47 - Pipe, Tubing, Hose, and Fittings SOLICITATION NUMBER: M67004-18-Q-0068 SOLICITATION CLOSES: 18 June 2018 @ 5:00 PM EST Point of Contact: SSgt Eugene Swain, Contracts Department, (Code S1940), 814 Radford Blvd, STE 20270, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-8143, Email responses preferred: eugene.swain@usmc.mil 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 2005-97. This Notice constitutes the only solicitation. This requirement is solicited UNRESTRICTED. The North American Industry Classification System (NAICS) code 811219- Other Electronic and Precision Equipment Repair and Maintenance ; Size Standard 750 employees applies. The government reserves the right to make one, multiple, or no award resulting from this solicitation. Notes: Drawings and kit requirements are attached to this solicitation. Delivery: Kits ordered under the resulting contract shall be shipped to -Marine Corps Logistics Base (Yermo Annex) Barstow, CA 92311-5015. (F.O.B. Destination pricing is preferred). CLIN 0001: 4, (32 Kits)- Kits fabricated in accordance with Statement of Requirement and drawings provided. Offers shall include a proposed delivery schedule for the entire quantity. The following FAR/DFAR Clauses/Provisions apply: 52.212-2 -- Evaluation -- Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Priced, Technically Acceptable offer and review of Offeror's past performance history. 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 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 Statutes 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 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest After Award 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference: http://farsite.hill.af.mil/ 52.252-2 Clauses Incorporated by Reference: http://farsite.hill.af.mil/ 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors; 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 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea; Offerors responding to this solicitation must be registered in the System for Award Management ( SAM) https://www.sam.gov/portal/public/SAM/ and Wide Area Workflow (WAWF) https://wawf.eb.mil to be considered for award. The offeror must provide their Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. The United States Marine Corps utilizes ( WAWF) as it's ONLY authorized method to electronically process vendor requests for payment. All responsible small business sources may submit a quote which shall be considered. Email (preferred) quotes and all of the above required information to the above P.O.C... 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/spg/DON/USMC/M67004/M67004-18-Q-0068/listing.html)
- Place of Performance
- Address: Marine Corps Logistics Base (Yermo Annex), Yermo, California, 92311-5015, United States
- Zip Code: 92311-5015
- Zip Code: 92311-5015
- Record
- SN04926918-W 20180519/180517231155-ab9d265588a45a832846daa7242e37b4 (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 |