United States - Transformer

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 October 2019
Opportunity publication date
20 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 19, 2019 2:18 pm

 

SUBJECT: TRANSFORMER 
FEDERAL SUPPLY CODE: 61 - Electric Wire, and Power and Distribution Equipment
SOLICITATION NUMBER: M67004-19-Q-0112
 
SOLICITATION CLOSES:  21 October 2019, 4:30 PM EST
 
Point of Contact:  George Tipton III, Contracts Department, (Code S1940), 814 Radford Blvd, MCLC, Albany, GA 31704-1128.  Telephone:  (229) 639-6418
Email responses preferred:  george.tipton@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 2019-03. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is 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: 335311 Power, Distribution, and Specialty Transformer Manufacturing; Size Standard 750 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation.
 
Notes:
 
       1.    Delivery: Marine Corps Logistics Base Albany, GA 31704. F.O.B. Destination pricing is preferred.                
 
CLIN 0001:  Transformer (5/EA),
Aluminum Alloy Enclosure, 300 KVA Dry Type, 208 VAC GO 480 VAC, 3 Phase, in accordance with the attached drawing package  MFHY070196 (Rev B).
 
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 evaluation of each supplier's past performance history in CPARS for the FSC 6120   
 
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 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;
52.209-11 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
52.222-35  Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
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
52.247-45 F.O.B. Origin and/or F.O.B. Destination Evaluation
52.247-32 F.O.B. Origin, Freight Prepaid
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 (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;
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American--Balance of Payments Program Certificate
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
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;
252.244-7000 Subcontracts for Commercial Items
252.246-7006 Warranty Tracking of Serialized Items;
252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer
252.247-7022 Representation of Extent of Transportation by Sea
252.247-7023 Transportation of Supplies by Sea;
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/
                                                                                                
Offerors responding to this solicitation must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ to be considered for award. The United States Marine Corps utilizes (WAWF) as its ONLY authorized method to electronically process vendor requests for payment. Contractors must register and utilize Wide Area Workflow (WAWF) https://wawf.eb.mil. The offeror must provide their Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. All responsible offerors may submit a quote which shall be considered. Email 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.

Opportunity closing date
21 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy Marine Corps Logistics Command (LOGCOM) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?