Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
SOLICITATION NOTICE

54 -- Self-Contained Kennel Systems

Notice Date
4/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785411R3026
 
Response Due
5/17/2011
 
Archive Date
6/1/2011
 
Point of Contact
Mark Sanderson 703-432-3271 Mark Sanderson
 
E-Mail Address
mark.sanderson@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
M67854-11-R-3026 Combined Synopsis/Solicitation This requirement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Marine Corps Systems Command (MCSC) has a requirement for Self-Contained Kennel Systems, to include on-site installation/assembly, at various Camp Pendleton, CA, locations to support the Improved Explosive Device Detector Dog (IDD) sustainment effort. This is a Request for Proposal (RFP). The solicitation number for this requirement is M67854-11-R-3026. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-51. This is a 100% small business set-aside. The NAICS Code for this requirement is 33999 with a size standard of 500 employees. The following contract line items (CLINS) apply: CLIN 0001, Self-Contained Kennel System, 8 Kennels per System, for San Mateo site, quantity of 9 systems, to include installation. CLIN 0002, Self-Contained Kennel System, 8 Kennels per System, for Margarita site, quantity of 5 systems, to include installation. CLIN 0003, Self-Contained Kennel System, 8 Kennels per System, for Las Pulgas site, quantity of 2 systems to include installation. CLIN 0004, Self-Contained Kennel System, 8 Kennels per System, for Las Flores site, quantity of 2 systems to include installation. CLIN 0005, Self-Contained Kennel System, 8 Kennels per System, for Horno site, quantity of 8 systems to include installation. This is a firm-fixed price requirement. Statement of Work is attached. EVALUATION PROCEDURES/BASIS FOR AWARD The Government intends to award a Firm-Fixed Price (FFP) contract using FAR 15.101-2, Lowest Price Technically Acceptable. Award will be made to the responsible offeror who: A) meets all required technical specifications as determined by documentation submitted with the proposal, and B) proposes the lowest proposal evaluated price. INSTRUCTIONS TO OFFERORS Information submitted by the offeror must provide a description, to include drawings and/or photographs, in sufficient detail to show that the product offered meets the Government ™s requirement and contains all items and features as described in the statement of work. Submitted information must address all Kennel Characteristics as detailed in the SOW (Size and Configuration; Waste Containment System; and Physical Configuration); must address conformance with the warranty requirement as set forth in the SOW; must address the Assembly/Delivery requirements as set forth in the SOW; and must address the time of delivery requirements set forth in the SOW. Offeror must provide documentation for each enumerated item that establishes conformance with the characteristic. Technical proposals must not exceed 25 pages. The Government intends to evaluate offers and award a contract without discussions with offerors. Initial offers should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offerors must propose a unit price for each CLIN, a total CLIN price, and a total proposal price. Prices are to include installation at the sites indicated. Prices are to be FOB Destination. EVALUATION FACTORS Technical acceptability will be established as follows: A. Conformance with all Kennel Characteristics as detailed in the SOW (Size and Configuration; Waste Containment System; and Physical Configuration). B. Conformance with the warranty requirement as set forth in the Statement of Work C. Conformance with the Installation/Assembly requirements as set forth in the Statement of Work D. Conformance with the time of delivery requirements set forth in the Statement of Work Price evaluation will be conducted as follows: Proposed unit prices for each CLIN will be multiplied by the CLIN quantity to yield the CLIN total proposed amount. The CLIN total proposed amounts will be added for CLINs 0001-0005 to yield the total proposal evaluated price. Offerors are encouraged to use Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a proposal. All qualified responsible business sources may submit a proposal, which shall be considered by the agency. 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 (Jun 2008), 52.212-3 Offeror Representations and Certifications -Commercial Items (Oct 2010), 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2011), 52.233-4 Applicable Law for Breach of Contract (Oct 2004). The Following Clauses incorporated in 52.212-5 are also applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995), 52.204-10 Reporting Executive compensation and First-Tier Subcontractor Awards (Jul 1010); 52.219-8, Utilization of Small Business Concerns (Jan 2011), 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child labor-Cooperation w/Authorities and Remedies (Jul 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans (Sep 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37 Employment Reports on Veterans (Sep 2010), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007), 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010). The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009), 252.211-7003 Item Identification and Valuation (AUG 2008), 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 (Mar 2011), 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010). The following clauses incorporated in 252.212-7001 are also applicable: 52.203-3 Gratuities (Apr 2004), 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010), 252.225-7021, Trade Agreements (Nov 2009), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004), 252.227-7015 Technical Data “ Commercial Items (Mar 2011), 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (May 2008), 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. Any questions must be submitted to Mark Sanderson at mark.sanderson@usmc.mil. Offerors must submit proposals to ensure they reach destination by 3:00 PM Local Time, 17 May 2011. Proposals submitted via email or facsimile will not be accepted. All proposals must be clearly marked with RFP M67854-11-R-3026. Proposals received after 17 May 2011, 3:00 PM Local Time will not be considered for award. All proposals must be submitted via regular or overnight mail to the following address: Commanding General, Marine Corps Systems Command, Attn: Mark Sanderson, CT023, 2200 Lester Street, Quantico, VA 22134-6050.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411R3026/listing.html)
 
Record
SN02435137-W 20110429/110427235200-013f6b92ff1aad7bf866b65afbbf47bd (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 |
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.