SOLICITATION NOTICE
58 -- COMBINED SOLICITATION / SYNOPSIS FOR A FULL MATRIX MESSAGE DIRECTOR
- Notice Date
- 7/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- M62204 MARINE CORPS LOGISTICS BASE BARSTOW - RCO Barstow, CA
- ZIP Code
- 00000
- Solicitation Number
- M6220410Q4043
- Response Due
- 7/26/2010
- Archive Date
- 8/10/2010
- Point of Contact
- CORINNE DORADO 760-725-3499
- E-Mail Address
-
Corinne Dorado
(corinne.dorado@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12, 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. The solicitation number is M62204-10-Q-4043. The solicitation is issued as a Request for Proposal (RFP). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 339950, with a small business size of 500 employees. This is 100% set aside for small business; all qualified vendors are encouraged to submit a proposal The Marine Corps Logistics Base Barstow requests responses from qualified sources capable of providing four Full Matrix Message Directors that meet the following characteristics. Salient Characterstics:The Full Matrix Message Directors shall consist of:Hydraulic lift, 360 Degree Rotation, Matrix Variable Fonts and Graphics, Minimum 4 Lines X 12, Maximum 1 Line X 6. The Message Director shall have the estimated viewing distance of 600 ft/3600 ft.. Evaluation Criteria: The award will be made to the lowest price technically acceptable. The following factors shall be used to evaluate offers:Technical proposals must include sufficiently detailed information to enable evaluation based on the three (3) factors listed below in order of decreasing priority:1.) Equipment Factors; Conformance to Essential Characteristics;2.) Human Factors; for example: Simplicity, Ease of Use, Ergonomics;3.) Maintainability; for example: Warranty, Parts Availability, Parts Cost, Serviceability; The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Proposal Instructions: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions:Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses:FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED;FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items;FAR 52.212-4, Contract Terms and Conditions---Commercial Items;FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities;52.223-15, Energy Efficiency;52.225-13, Restrictions on certain Foreign purchases;52.232-33, Payment EFT Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:FAR 52.247-34, F.O.B. Destination;DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items;DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Invoices;252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: corinne.dorado@usmc.mil. Proposals are due by 1:00pm Pacific Time on 26 July 2010. Any questions must be asked via email. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62204/M6220410Q4043/listing.html)
- Record
- SN02212926-W 20100723/100721235212-6c24ecf87ac3de28f521147282317603 (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 |