Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2002 FBO #0125
SOLICITATION NOTICE

81 -- Forward Resuscitative Surgery System (FRSS) Container

Notice Date
4/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnette Avenue, Quantico, VA, 22314-5010
 
ZIP Code
22314-5010
 
Solicitation Number
M67854-02-R-3074
 
Response Due
4/22/2002
 
Archive Date
5/7/2002
 
Point of Contact
Edwin Wright, Jr., Contract Specialist, Phone 703-784-5822 x233, Fax 703-784-5826,
 
E-Mail Address
wrightee@mcsc.usmc.mil
 
Small Business Set-Aside
Total Small Business
 
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. The Solicitation No. is M67854-02-R-3074 and is issued as a Request for Proposals (RFP) with the evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This is a small business set aside. The NAICS code is 332439 and the small business size standard is 500 employees. Offerors shall provide quotations on the following line items: CLIN 0001. 160 hours of engineering/consultation services for assistance in the customization of containers to meet the requirements of the FRSS; CLIN 0002. Two (2) customized prototype FRSS containers meeting the performance requirements stated herein; CLIN 0003. CAD drawings for the FRSS containers. Following are the general performance requirements of the FRSS container, which may be further defined in coordination with the commercial engineering/consultation services. 1. Size: The Outside Dimensions (OD) must be: 48" X 20" X 15". The inside dimensions must be no less than 85% of outside dimensions. 2. Containers should have six handles with no more than a 90o lift angle; 2 located on each side and 1 on each end. Handles shall be self-retractable. The OD of folded-in handles must be included in the overall OD stated above. 3. Containers must have hinged lids. The hinges must be included in the overall OD stated above. 4. Lid must be lockable. 5. Must be designed to interlock and stack with other containers. It is desirable to be interlocking so that a wall of containers may be configured so that the contents of each container will be readily assessable by providing drawers to access the contents. 6. Must be able to accommodate strapping (i.e. notches or rings) 7. Must be Ruggedized to withstand weight of contents, Max Gross Weight 300 Lbs. 8. Must be flexible to configure container to accommodate inserts or drawers 9. Gross weight of container and supplies will not exceed 300 lbs. The empty container weight should not exceed 40 lbs. 10. Must withstand a 6-foot drop with contents; again max gross weight 300 lbs. 11. Container should be vented to withstand non-pressurized environments. 12. Must be water and dust resistant. 13. Must be operable in extreme hot and cold environments (-20 to 120 degrees F). 14. Container must be able to pass Military Specifications for G-Loads. 15. Container must be able to pass Military specifications for ABS plastic and fire requirements. 16. Container must be able to be markable with paint or other types of marking materials. 17. Manufacturer should have Engineering Services capability. 18. Manufacturer must have ability to customize containers. 19. Manufacturer must have the ability to produce quick turn-around prototypes. 20. Manufacturer must provide CAD drawings for load planning and configuration. The anticipated start date of performance under CLIN 0001 is April 29, 2002, and the anticipated end date of performance is May 24, 2002. The delivery date for CLIN 0002 and 0003 shall be May 31, 2002. The acceptance point is MARCORSYSCOM, Attn: Jill Lawson PMM-163, 2033 Barnette Avenue, Suite 315, Quantico, Virginia 22134-5010. Delivery shall be FOB Destination. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial, and FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition. The specific evaluation criteria to be included in paragraph of the provision are (i) technical capability of the services/items offered to meet the Government requirements, (ii) past performance, and (iii) price. The Technical proposal will be evaluated on the qualifications of the proposed engineer/consultant, the ability to meet the Government?s requirements for the FRSS container, and the offerors past performance. Up to three fixed-price purchase orders may be awarded to the responsible firms whose offers conform to the solicitation requirements and are considered to be most advantageous to the Government, price and other factors considered. In making its "Best Value" determination, the Government will consider overall technical and past performance merit to be of greater importance than evaluated price. Proposals must contain (1) the name, address, and telephone number of the offeror; (2) a resume for the proposed engineer/consultant, describing their qualifications to assist in the customization of containers for military use as demonstrated by employment history, educational attainment, and specific accomplishments on similar projects; (3) product brochures, descriptions, or informative catalogs detailing the products being proposed; (4) information regarding production capability and lead time for producing customized containers; (5) identification of at least three references of prior customers (Government or commercial) for products and services of similar requirements; and (6) proposed pricing by line item (to be included in the Business Proposal only). Offerors shall also provide a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items to be included with the business proposal. The clauses at FAR 52.212-4 Contract Terms and Conditions--Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items, apply to this acquisition. FAR clause 52.232-33, Payment By Electronic Funds Transfer--Central Contractor Registration (May 1999) applies. All commercial provisions and FAR clauses are available in full text at the following website: http://www/arnet.gov/far. Only written responses/proposals to this RFP shall be accepted and should be mailed or faxed to the attention of Mr. Edwin E. Wright, Jr. at the cited address or faxed to (703) 784-5826 herein on April 22, 2002, for receipt no later than 2:00 p.m., EST. All responsible sources may submit a proposal which shall be considered by the Government. The Government intends to award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government.
 
Place of Performance
Address: Marine Corps Systems Command, PMM-163, 2033 Barnett Ave, Suite 315, Quantico, VA
Zip Code: 22134-5010
Country: USA
 
Record
SN00053622-W 20020406/020404213423 (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  © 1994-2020, Loren Data Corp.