Federal Bid

Last Updated on 17 Aug 2009 at 8 AM
Solicitation
Albany Georgia

J--Maintenance, Repair, and Rebuilding of Equipment

Solicitation ID M6700409T0215
Posted Date 30 Jun 2009 at 6 PM
Archive Date 17 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Albany Georgia United states
This is a combined synopsis/solicitation for commercial repair service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. M67004-09-T-0215 is being issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The Marine Corps Logistics Command in Albany, GA intends to solicite and negotiate a firm fixed price contract with Giga-tronics Tech (Cage:58900) for the following repairs: CLIN 0001: NSN 6625-01-492-5730. RF MICROWAVE SYNTHESIZER. Serial #: 0041008, Model #: 50008A/393, Quantity: 1 Each. Deliver to MAIN CTR MCLC; 814 RADFORD BLVD 1331 DR 3, ALBANY, GA, 31704-0325; CLIN 0002: NSN 6625-01-492-6451. RF DOWN CONVERTER. Serial #: 0545010, Model #: 55210A, Quantity: 1 Each. Deliver to MAIN CTR MCLC 814 RADFORD BLVD 1331 DR 3, ALBANY, GA, 31704-0325 ; CLIN 0003: NSN 6625-01-492-6451. RF DOWN CONVERTER. Serial #: 0031013, Model#: 55210A, Quantity: 1 Each. Deliver to MAIN CTR MCLC 814 RADFORD BLVD 1331 DR 3, ALBANY, GA, 31704-0325 ; CLIN 0004: NSN 6625-01-492-5730. RF MICROWAVE SYNTHESIZER. Serial # 9948014, Model # 50008A/393, Quantity: 1 Each. Deliver to MAIN CTR MCLC 814 RADFORD BLVD 1331 DR 3, ALBANY, GA, 31704-0325; FOB: Destination. Delivery date: 60 days ARO or Sooner. The NAICS Code is 334515 and the small business size 500 employees. This requirement is not set-aside for small business and is listed unrestricted. The Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforms to this solicitation; and is considered to be the best value to the Government. The following FAR/DFAR Clauses/Provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination, 252.211-7003 Item Identification and Valuation; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments;.252.243-7001 Pricing of Contract Modifications; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 52.219-28 Post Award Small Bu! siness 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; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea Alternate III. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Evaluation - Commercial Items (ALT I); with their offer incorporating 252.212-7000 Offeror Representations and Certifications-Commercial Items. The offerors shall also 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 AND WIDER 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 .If a change occurs in! this requirement; only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 4:00 p.m. 17 July 2009. All responsible business sources may submit a quote that will be considered by the Marine Corps Logistics Command Contracts Dept. Offers can be mailed to Contracts Department (Code S1922), P.O. Drawer 43019, MCLC, Albany, GA 31704-3019. Express mail address: Contracts Department (Code S1922), 814 Radford Blvd, Bldg 3700 Rm 310EB, MCLC Albany, GA 31704-1128 or emailed to [email protected] Numbered Note(s) 22.
Bid Protests Not Available

Similar Past Bids

Albany Georgia 15 Nov 2010 at 12 PM
Albany Georgia 16 Jul 2009 at 5 PM
Albany Georgia 14 Jan 2009 at 7 PM

Similar Opportunities

Hill air force base Utah 25 May 2026 at 4 AM
Radford Virginia 17 Jul 2025 at 2 PM
Radford Virginia 24 Jul 2025 at 2 PM
Radford Virginia 11 Jul 2025 at 2 PM
Radford Virginia 11 Jul 2025 at 2 PM