SOLICITATION NOTICE
55 -- Portable Plywood Items - Drawings
- Notice Date
- 4/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321999
— All Other Miscellaneous Wood Product Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-15-T-0504
- Archive Date
- 5/30/2015
- Point of Contact
- Karla Logothety, Phone: 7034323120, Sheila McCreery, Phone: 7034323158
- E-Mail Address
-
karla.logothety@usmc.mil, sheila.mccreery@usmc.mil
(karla.logothety@usmc.mil, sheila.mccreery@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 9 :Ramp Attachment 8 :Forklift Platform Attachment 7 :MCLEAP Stairs Alignment Pin Base V1 Attachment 6 :MCLEAP Stairs Alignment Pin V1 Attachment 5 :MCLEAP Stairs Alignment Pin Assy V1 Attachment 4 :Tunnel Cover Assembly Attachment 3 :MCLEAP Landing Platform-Small Attachment 2 :MCLEAP Landing Platform-Large Attachment 1 :MCLEAP Window #2 Portable Plywood Items Document Type: Combined Synopsis/Solicitation Solicitation Number: M67854-15-T-0504 Posted Date: April 16, 2015 Original Response Date: May 15, 2015 Current Response Date: May 15, 2015 Classification Code: 55-Lumber, millwork, plywood & veneer Set Aside: Small Business Set- Aside NAICS Code: 321999 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included with or attached to this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. The associated North American Industrial Classification System (NAICS) code for this procurement is 321999, with a small business size standard of 500. The Marine Corps Systems Command intends to solicit and award a Firm Fixed Price contract for the purchase and delivery of multiple portable plywood items in support of the Marine Corps Loads Effects Assessment Program (MCLEAP) and the Gruntworks Squad Integration Facility. All interested companies shall provide a proposal for the following items: CLIN Description QTY CLIN 0001: MCLEAP Window #2 The offeror shall provide a window obstacle in accordance with Attachment 1 entitled "MCLEAP Window #2". The Window #2 shall support at minimum 400 pounds person combat equipped Marine climbing the front plane and over the Window Sill. 1 CLIN 0002: Large Landing Platform The offeror shall provide a large landing platform in accordance with Attachment 2 en titled "MCLEAP Landing Platform-Large". The landing platforms shall support a 400 pound combat equipped Marine jumping onto its upper surface from a height of 4 feet. 1 CLIN 0003: Small Landing Platforms The offeror shall provide small landing platforms in accordance with Attachment 3 entitled "MCLEAP Landing Platform-Small". The landing platforms shall support a 400 pound combat equipped Marine jumping onto its upper surface from a height of 4 feet. 2 CLIN 0004: Tunnel Cover Assembly The offeror shall provide a tunnel cover in accordance with Attachment 4 entitled "Tunnel Cover Assembly" 1 CLIN 0005: MCLEAP Stairs Alignment Pin Assy The offeror shall provide alignment pins assemblies with the following attachments: •· Attachment 5 entitled "MCLEAP Stairs Alignment Pin Assy V1" •· Attachment 6 entitled" MCLEAP Stairs Alignment Pin V1" •· Attachment 7 entitled "MCLEAP Stairs Alignment Pin Base V1" 20 CLIN 0006: Forklift Platform The offeror shall provide a forklift platform in accordance with Attachment 8 entitled "Forklift Platform" 1 CLIN 0007: Ramp The offeror shall provide a ramp in accordance with Attachment 9 entitled "Ramp" 1 The following FAR/DFAR Clauses/Provisions apply and may be accessed electronically at http://acquisition.gov/comp/far/index.html. •1. FAR 52.212-1, "Instructions to Offerors - Commercial Items" [ Apr 2014 ] •2. FAR 52.212-2, " Evaluation -- Commercial Items" [Apr 2014] (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION CRITERIA: The Government intends to make one (1) award to a responsible contractor as defined in Federal Acquisition Regulation (FAR) Part 9.104. It is the Government's intention to conduct evaluations and award without discussion. However, the Government reserves the right to conduct discussions if the Contracting Officer determines that they are necessary. The award will be made on a best value basis In Accordance With (IAW) the FAR 15.101-2 - Lowest Price, Technically Acceptable (LPTA) Source Selection Process. The lowest price will be determined by calculating the total price of all CLINs. Technically acceptable offerors and the past performance shall be determined based on the table below: Technical : Offeror shall provide Technical Proposal demonstrating capability to produce CLIN items to include material, manufacturing techniques and equipment. Past Performance: Offeror shall submit past performance information within the last three (3) calendar years, ending with the close date of this RFP, of providing items made of wood for a customer (commercial or Government) under a contract or an agreement using similar techniques. DEFINITION RATING LEVEL DESCRIPTION TECHNICAL Offeror has clearly shown their ability to meet the Government's minimum requirements IAW Attachments 1 through 9. Acceptable Proposal / quotation clearly meet s the Government's minimum requirements. Unacceptable Proposal / quotation does not clearly meet the Government's minimum requirements. PAST PERFORMANCE Offeror's past performance clearly shows their ability to meet the requirements of the Government. Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. •3. FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items" [ Mar 2015 ] Offerors must complete annual representations and certifications on-line at https://www.acquisition.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications - Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. •4. FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" [ Dec 2014 ] •5. FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" [Mar 2015] The following subparagraphs of FAR 52.212-5 are applicable: (b)(4),b(14),b(25),(b27),(b28),b(30),b(33),b(40),b(41),b(44), b(50) •6. FAR 52.204-7,"System for Award Management" [ Jul 2013] •7. FAR 52.232-39, "Unenforceability of Unauthorized Obligations" [ Jun 2013 •8. FAR 52.233-1, "Disputes" [ May 2014 ] •9. FAR 52.233-4, "Applicable Law for Breach of Contract Claim" [ OCT 2004 ] •10. DFAR 252.203-7000, "Requirements Relating to Compensation of Former DoD Officials" [Sep 2011] •11. DFAR 252.203-7002, " Requirement to Inform Employees of Whistleblower Rights" [Sep 2013] •12. DFAR 252.203-7005, "Representation Relating to Compensation of Former DoD Officials" [Nov 2011] •13. DFAR 252.204-7004, "Alternate A, System for Award Management" [Feb 2014] •14. DFAR 252.204-7012," Safe Guarding of Unclassified Controlled Technical Information" [Nov 2013] •15. DFAR 252.225-7001, " Buy American and Balance of Payments Program" [Nov 2014] •16. DFAR 252.225-7036, " Buy American - Free Trade Agreements - Balance of Payment Program" [Nov 2014] •17. DFAR 252.232-7003, " Electronic Submission of Payment Requests and Receiving Reports" [Jun 2012] •18. DFAR 252.232-7006, "Wide Area WorkFlow Payment Instructions" [May 2013] •19. DFAR 252.203-7998, " Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation" [DEVIATION 2015-O0010] •20. DFAR 252.203-7999, " Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements" [DEVIATION 2015-O0010] •21. DFAR 252.223-7008, " Prohibition of Hexavalent Chromium" [Jun 2013] •22. DFAR 252.232-7010, " Levies on Contract Payments" [Dec 2006] •23. DFAR 252.209-7992, " Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2015 Appropriations" [ Deviation 2015-O0005) [ Dec 2014 ] •24. DFAR 252.204-7012, "Safeguarding of Unclassified Controlled Technical Information" [Nov 2013] To facilitate the award process, all proposals must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). If the offeror proposes to use an alternative but equivalent material or finish to those listed on the drawings, the offeror shall submit information describing the alternative to the Government. The Government will determine if the proposed alternative is an acceptable equivalent. Items will be shipped F.O.B. destination no later than 60 days after receipt of award of contract. The contractor shall deliver CLIN item s 0001-0007 to Gruntworks Squad Integration Facility, Building 24017, Gilbert Road, and Marine Corps Base Quantico, Virginia 22134. Warranty: The offeror shall provide their standard commercial warranty for each item. All Proposals shall include price(s) (unit price, total price), confirmation of required delivery timeframe for each item, a point of contact: name, phone number & email, Cage Code, Duns #, business size, and payment terms. Proposals over 10 pages in total will not be accepted. Submission shall be received not later than 30 days electronically at karla.logothety@mcsc.mil and Sheila.mccreery@usmc.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the karla.logothety@usmc.mil. Point of Contact Ms. Karla Logothety Contract Specialist Karla.Logothety@usmc.mil Secondary Point of Contact: Ms. Sheila McCreery Contracting Officer sheila.mccreery@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-T-0504/listing.html)
- Place of Performance
- Address: Gruntworks Squad Integration Facility, Building 24017, Gilbert Road, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03702650-W 20150418/150416235511-126f857f39fbd9e6e694f5f5b7bc2630 (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 |