SOLICITATION NOTICE
84 -- Cold Weather/Mountaineering Sock
- Notice Date
- 7/24/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnette Avenue, Quantico, VA, 22314-5010
- ZIP Code
- 22314-5010
- Solicitation Number
- M67854-02-R-3122
- Response Due
- 8/12/2002
- Point of Contact
- Edwin Wright, Jr., Contracting Officer, Phone 703-432-3267, Fax 703-432-3262,
- E-Mail Address
-
wrightee@mcsc.usmc.mil
- Description
- This is a combined synopsis/solicitation for commercially available socks capable of being used as a Cold Weather/Mountaineering Sock, prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. The Solicitation number is M67854-02-R-3122 and is issued as a combined synopsis and solicitation in accordance with FAR 12.6 for commercial items as defined in FAR Part 2.1. This is an unrestricted full and open competition. The NAICS code is 315119 and the small business size standard is 500 employees. Offerors shall provide proposals for: Contract Line Item Number (CLIN) 0001 - 80,000 pair of Cold Weather/Mountaineering Socks, sized to fit 5% Female to 95% Male Marines. Requirements for the socks are: must be as warm or warmer than the existing cold weather sock (NSN 8440-00-153-671) both when wet and when dry; weight not to exceed .16Kg/pair for size large, when dry; have shock absorption, quick drying, and moisture wicking transmission properties; and possess integrated friction reducing technology. Additional properties are: sized to fit 5% Female to 95% Male Marines; shrinkage or elongation in foot length and width not to exceed 6.0% when laundered 6 times in accordance with the American Association of Textile Chemists and Colorists (AATCC), test method 135; color subdued. In addition each sock shall have a label marked with the size, fiber content and laundering instructions. It is desired that the socks also be flame retardant. The objective is to acquire commercial off-the-shelf socks suitable for use on all terrains, in temperature conditions ranging from 30o to -25o F, and compatible for use with existing cold weather boots (ICB, ICWB, and black and white VB boots). Delivery dates for socks are to be determined, but an initial delivery is required within 30 days after award of contract and the total quantity must be delivered within 12 months of contract award. (Offerors shall propose delivery schedules based on production capacity or product availability). Delivery shall be FOB Destination. Acceptance point(s) will be at Camp Pendleton, CA; Camp Lejuene, NC; New Orleans, LA; and Okinawa, Japan (20,000 pair at each location). The provisions at FAR 52.212-1, Instructions to Offerors - Commercial, and FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition. The specific evaluation criteria to be included in paragraph (a) of the provision are Conformance with requirements, Delivery Schedule, Past Performance, and Price. Conformance with requirements is more important than Price, which is more important than the combination of Delivery Schedule and Past Performance. However, the importance of price as a factor in the award determinations will increase with the degree of equality in the overall technical merit of the proposals. Delivery Schedule and Past Performance are of equal importance. Award will be made on a Best Value basis. Conformance with requirements will be evaluated for the proposed items? capability to meet the technical performance requirements stated herein. In evaluating the conformance with requirements of the proposed items, the following elements will be considered as demonstrated by the written proposal, product literature and through lab testing of product demonstration samples: a. Product performance as demonstrated through supporting test data (and test methods) or other empirical evidence provided for the proposed product offering. b. Shrinkage or elongation in foot length and width (not to exceed 6.0% when laundered 6 times in accordance with American Association of Textile Chemists and Colorists (AATCC), test method 135). c. Clo value measured on a copper foot under dry and wet conditions. d. Weight (not to exceed .16Kg/pair for size large, when dry). e. Quick-drying ability (air dries in 6 hours or less). f. Sizing information/chart. g. Marking (permanent, for size, fiber and laundering instructions). The offeror?s proposed delivery schedule will be evaluated to ensure initial delivery is provided within 30 days of contract award, and the schedule clearly indicates the timeframe for delivery of remaining quantities to be completed within 12 months of contract award. The offeror?s past performance with Government and Industry in providing items similar to those required by the solicitation will be evaluated to assess the relative risks and likelihood of success in meeting the requirements in this solicitation. At a minimum, offerors shall ensure that Past Performance citations provide relevant examples, accomplished within the past three (3) years. The following elements will be considered during the past performance evaluation, and references provided will be contacted to substantiate performance: a. Delivery Schedule Compliance b. Quality of Products and Services c. Overall Customer Satisfaction with Products and Services d. Depth of Support Base e. Management of Technical and Business Aspects of the Company Price will be evaluated for reasonableness. The evaluated price shall be calculated for CLIN 0001 by multiplying the unit price by the total quantity. The Government will award one 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. An original and four (4) copies of the proposal are required. Offerors shall submit no more than one proposal in response to this solicitation. Six (6) pair of product demonstration sample socks shall be submitted with the offer. Product demonstration samples shall undergo lab testing for warmth and launderability to determine conformance with requirements. Offerors may use product literature in their technical proposals; however, any ambiguities noted in the product literature may have an adverse impact on your evaluation. The technical proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its content. The business proposal shall ensure that all price elements or tables, and appropriate representations and certifications are completed. Offerors should read the terms and conditions of this combined synopsis/solicitation carefully and refer any questions to the Procuring Contracting Officer (PCO) no later than 2:00PM (EDT) July 29, 2002. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 point. Foldouts are allowed. All material submitted may be single-spaced. Offerors shall ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the technical proposal shall not exceed 25 total pages, inclusive of product literature. There is no limitation on the business proposal. Sealed offers for the items to be provided shall be hand-carried or express mailed to the following location by 2:00PM (EDT) August 12, 2002: COMMANDER, MARCORSYSCOM, Attn: Mr. Edwin E. Wright, Jr. PG-16 Contracts, 2200 Lester Street, Quantico, VA 22134-6050. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. Technical Proposal Content: 1. Conformance with Requirements - Describe your ability to currently meet the performance requirements stated in this solicitation. Provide any existing product performance or test data and describe the test procedures used to generate the data. Ensure that your stated response addresses overall product capability, as well as any additional parameters not specifically cited in the purchase description. Address any specific commercial, or extended warranty provisions for the resulting product. 2. Delivery Schedule - Provide a plan to deliver the quantities required herein and the identify timeframe proposed for delivery. Business Proposal Content: 1. Past Performance - Provide specific examples of recent past performance that illustrates evidence of your ability to produce and deliver your product. Ensure the past performance information includes names of technical and contracting officials, valid telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. 2. Price - Applicable firm-fixed prices shall be clearly delineated for each CLIN in the Business Proposal. No pricing information shall be included in the Technical Proposal. 3. Offerors shall also provide a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items to be included with the business proposal. All responsible sources may submit a proposal, which shall be considered by the Government. The Government intends to award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. Proposals must contain (1) the name, address, and telephone number of the offeror; (2) product brochures, technical descriptions, or informative catalogs detailing the products being proposed; (3) information regarding production capability and lead time for production quantities; (4) identification of at least three references of prior customers (Government or commercial) for products and services of similar requirements; and (5) proposed pricing by line item (to be included in the Business Proposal only). The clauses at FAR 52.212-4 Contract Terms and Conditions--Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply to this acquisition. The following clauses are applicable under 52.212-5, paragraph (b): 52.203-6, 52.219-4, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. The following clauses are applicable under 252.212-7001: 52.203-3, 252.205-7000, 252.225-7001, 252-225-7012, and 252.243-7002. The Berry Amendment (10 U.S.C. 2241, note) and Buy American Act (41 U.S.C.10a-10d, and Executive Order 10582, December 17, 1954) apply to this acquisition. All commercial provisions and FAR clauses are available in full text at the following website: http://www.arnet.gov/far.
- Record
- SN00124691-W 20020726/020724213803 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |