Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2005 FBO #1419
SOLICITATION NOTICE

51 -- Electronic-Optical repair Tool Kits

Notice Date
10/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406Q3001
 
Response Due
11/2/2005
 
Archive Date
12/2/2005
 
Description
This is a combined synopsis/solicitation for commercial items 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 being requested and a written solicitation will not be issued. Federal Acquisition Regulation (FAR) Part 13 applies. The applicable Request for Proposal (RFP) number is RFP M67854-06-Q-3001. This requirement is being solicited as a 100% Small Business Set-Aside. The North American Classification System Code (NAICS) is 444130, with a size standard of 500 employees. This RFP incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-04 and DFARS Change Notice 20050606. The Marine Corps Systems Command has a requirement for the following: CLIN0001 ? 4 each Electronic-Optical repair Tool Kits (NSN) 5180-01-382-1335, a general-purpose field and repair kit comprising various hand tools and accessories to aid in the repair of electrical and mechanical equipment. Each tool kit shall be contained in a ruggedized, weather-resistant, transit case that provides individual locations for each tool allowing for visual inventory. Handles shall be provided on each case to allow for carrying. Each transit case shall have a manual pressure release valve. PACKAGING REQUIREMENTS. Packaging/Preservation/Packing shall be in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Shipping for CLIN0001 shall be priced FOB Destination. CLIN0001 shall be delivered no later than 90 days after award to Marine Corps Logistics Base , Albany GA (M93637), Inspection and Acceptance for all CLINs shall be Destination. PROPOSAL INSTRUCTIONS. Proposals shall be specific, detailed, and comprehensive enough to enable technical personnel to make a determination as to whether or not the proposed product meets all technical requirements, specifically those described in the attached Stocklist SL-3-09863A. If proposing other than the NSN stocklist item equipment, offeror must provide description literature, specifications, and illustration to support technical acceptability. Proposals shall be valid for a period of 60 days. BASIS FOR AWARD. The Government intends to award a Firm-Fixed Price (FFP) contract using ?Best Value? criteria per FAR 15.101-2, Technically Acceptable/Lowest Price. Award will be made to the responsible offeror submitting the lowest evaluated price proposal meeting or exceeding all of the requirements described in this synopsis/solicitation and the attached Stocklist SL-3-09863A . Offerors must be determined to be responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the CLIN required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES. Proposals received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Beginning January 1, 2005, the FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. ORCA also allows Government personnel to access your information online, thus eliminating the need for you to submit representations and certifications with each offer. To register in ORCA you will need an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCA's homepage at http://orca.bpn.gov/help.aspx. Full text of FAR and DFARS provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005), 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2005). The following clauses incorporated in 52.212-5 are also applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995), 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), 52.221-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 20 03)- lack of registration in the Central Contractor Registration (http://www.ccr.gov), will make an offeror ineligible for award, and 52.247-34, F.o.b. Destination (Nov 1991). Additional clause that applies: FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989). The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Sep 2004), 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Mar 1998), 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005). The following clauses incorporated in! 252.212-7001 are also applicable: 52.203-3 Gratuities (Apr 2004), 52.225-1 Buy American Act-Supplies (Jun 2003), 252.232-7003 Electronic Submission of Payment Request (Jan 2004), 252.243-7002 Requests for Equitable Adjustment (MAR 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), USMC will use WAWF-RA to electronically process vendor requests for payment (invoices). The contractor shall be required to utilize this system when processing invoices and receiving reports. Registering to use WAWF-RA is done at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com. All questions on this requirement shall be submitted electronically to jennifer.breder@usmc.mil, Contract Specialist no later than 19 October 2005 to allow adequate time to prepare a response. An original and one (1) copy of each proposal including all applic able terms and conditions shall be submitted electronically if possible to jennifer.breder@usmc.mil, or express mailed via UPS, DHL, or Federal Express to the following location by 3:00PM (EST) 02 November 2005: Commanding General, Marine Corps Systems Command, Attn: Contracts/CESS Jennifer Breder, 2200 Lester Street, VA, 22134-6050. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. No facsimile offers will be accepted. All proposals must be clearly marked with RFP M67854-06-Q-3001, and shall include complete contact information for the offeror. Offerors are hereby notified that if proposals are not received by the date/time and location specified in this announcement, they will not be considered.
 
Record
SN00915421-W 20051015/051013212129 (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.