The RFP Database
New business relationships start here

TRANSFORMER


Georgia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
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.


George Tipton, Contract Specialist, Phone 2296396418, Fax 229-639-6713, Email george.tipton@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP