SOLICITATION NOTICE
51 -- Tool Kit, Electronic-Optical Repair
- Notice Date
- 4/3/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- M67854 MARCORSYSCOM 2200 Lester St. CTQ3BT Quantico, VA 22134
- ZIP Code
- 22134
- Solicitation Number
- M6785407Q3041
- Response Due
- 5/3/2007
- Archive Date
- 7/3/2007
- 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 M67854-07-Q-3041. This requirement is being solicited as a 100% Small Business Set-Aside. The North American Industrial Classification System Code (NAICS) is 444130, with a size standard of 500 employees. This RFP incorporates provisions and clauses that are in effect through FAR Circular 2005-16 effective March 22, 2007 and DFARS change notice 20070327. The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for the following: CLIN 0001 ? 8 each Tool Kits, Electronic-Optical Repair, (NSN) 5180-01-382-1335, a general-purpose field and r epair kit comprising of various hand tools and accessories to aids in the repair of electrical and mechanical equipment. Offeror is not required to price items #313 ? 316 noted in the components list as Using Unit Responsibility (reference Stock list SL-3-09863A dated June 2003). Each tool kit shall be contained in a ruggedized, weather resistant, 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/preservations/packing shall be in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Shipping for CLIN 0001 shall be priced FOB Destination and shall be delivered no later than 90 days after award to Marine Corps Logistics, Base 814 Radford Blvd, Bldg 2235, Attn: Bruce Otruba, TRADES ATEP GPETE , Albany, GA 31704-1128 (M98307). Inspection and acceptance for all C LIN?s shall be at destination. PROPOSAL INSTRUCTIONS: Proposal 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 Stock list SL-3-09863A. If proposing other than the NSN stock list 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 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 Stock list SL-3-09863A. Offerors shall be determined 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 certi fications 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.m! il/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 (Sep 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2006)., 52.217-5 Evaluation of Options (Jul 1990), 52.217-7 Option for Increased Quantity ? Separately Priced Line Item (MAR 1989). 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), 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jul 2005), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-9, Small Bus iness Subcontracting Plan (Jul 2005), 52.222-3 Convict Labor (Jun 2003), 5! 2.222-19 Child labor-Cooperation w/Authorities and Remedies (Jan 2006), 52.222-21 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 for award (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, Other Eligible Veterans (Dec 2001), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.225-5 Trade Agreements (Jan 2006), 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) and 52.247-34 F.o.b. Destination (Nov 1991). The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses a pply 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 (Dec 2005). The following clauses incorporated in 252.212-7001 are also applicable: 52.203-3 Gratuities (Apr 2004), 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996), 52.225-7012 Preference for Certain Domestic Commodities (Jun 2004), 252.225-7021 Trade Agreements (Dec 2005), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprise s, and Native Hawaiian Small Business Concerns (Sep 2004), 252.227-701 5 Technical Data ? Commercial Items (Nov 1995), 252.227-7037 Validation of! Restrictive Markings on Technical Data (Sep 1999), 252.232-7003 Electronic Submission of Payment Request (Jan 2004), 252-243-7002 Request 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), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com. All questions regarding this requirement shall be submitted electronically to belinda.toews@usmc.mil no later than April 11, 2007 to allow adequate time to prepare a response. All proposals must be submitted to the following address: Commanding General, Marine Corps Systems Command, Attn: Belinda L. Toews, CTQ3BT, 2200 Lest er Street, Quantico, VA 22134-6050. Offerors must submit proposals to ensure they reach destination by 2:00 PM local time, May 3, 2007. No facsimile offers will be accepted. All proposals must be clearly marked with RFP M67854-07-Q-3041. Proposals received after the date and time specified will not be considered. NO TELEPHONE CALLS WILL BE ACCEPTED.
- Record
- SN01265437-W 20070405/070403223431 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |