Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2003 FBO #0434
SOLICITATION NOTICE

46 -- Water Quality Analysis Sets: Purification (WQAS-P)

Notice Date
2/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnett Avenue Suite 315, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-03-R-5061
 
Archive Date
3/11/2003
 
Point of Contact
Gabrielle Trickett, Contract Specialist, Phone (703) 784-5822 x241, Fax (703) 784-5826, - Gabrielle Trickett, Contract Specialist, Phone (703) 784-5822 x241, Fax (703) 784-5826,
 
E-Mail Address
trickettge@mcsc.usmc.mil, trickettge@mcsc.usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Marine Corps Systems Command intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the procurement of forty-seven (47) commercial Water Quality Analysis Sets: Purification (WQAS-P). This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, and as supplemented with additional information included in this notice. This procurement is 100% set-aside for small business concerns. The NAICS code for this procurement is 334513 with a size standard of 500 employees. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The subject Request for Proposal (RFP) incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-11 and Defense Acquisition Circular 91-13. The Government anticipates issuing a Firm Fixed Price (FFP) commercial contract to the successful offeror. All future information relative to this procurement, including all documentation such as the RFP and Offeror Booklet (file download MSWord), will be made available to industry through the MARCORSYSCOM website: www.marcorsyscom.usmc.mil Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items: Offerors shall submit a combined technical/business proposal as elements of their offer. Offerors shall not submit more than one (1) offer in response to this solicitation. An original and two (2) copies of the offer are required. Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the product may have an adverse impact on your evaluation. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its content. The business matter shall ensure that all elements of the Schedule of Supplies, corresponding tables, and appropriate representations and certifications are completed. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Procuring Contracting Officer (PCO). 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 not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined technical/business proposal shall not exceed 10 total pages, inclusive of product literature. To supplement their written proposal, offerors may provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, safety and reliability. There is no limitation for the content of the CD-ROM, however all material provided through this medium shall be appropriately referenced in the written proposal; the CD-ROM shall not be considered a stand-alone element of the offer. To support their business offer, offerors are requested to submit electronic pricing workups (e.g., Schedule of Supplies) (e.g., MS Excel) also on the CD-ROM. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 1:00PM (EST) February 24, 2003: COMMANDER, Attn: Ms. Gabrielle E. Trickett, CTQGET, MARCORSYSCOM, 3041A McCawley Ave., Quantico, VA 22134-5010. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. Proposal Content: Operational Effectiveness? Describe your ability to currently meet the performance requirements stated in the Commercial Item Description A-A-59338A for the WQAS-P. The design, material composition and manufacturing processes associated with the (WQAS-P) are the prerogative of the offeror. All physical characteristics of the (WQAS-P) inclusive of design and test methods, shall be compliant with best commercial practices. Ensure that your stated response addresses any specific commercial, or extended warranty provisions. Past Performance ? Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, 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. FAR 52.212-2, Evaluation-Commercial Items Offerors: (i) Operational Effectiveness- Most important. (ii) Past Performance-Less important. Price- Evaluated, but not rated. Award shall be made to the offeror whose proposal presents the best value to the Government. In making its "Best Value" determination, the Government will consider overall technical and past performance merit to be of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. FAR Clauses: 52.212-3, Offeror Representations and Certifications-Commercial Items (see Offeror booklet), 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.o.b. Destination. DFARS clauses: 252.204-7004 Required Central Contractor Registration, 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items, 252.225-7000 Buy American Act--Balance Of Payments Program Certificate, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7006 Buy American Act--Trade Agreements--Balance of Payments Program Certificate, and 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program.
 
Record
SN00255623-W 20030209/030207213645 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.