Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2003 FBO #0458
SOLICITATION NOTICE

43 -- Petroleum Filter Separator

Notice Date
3/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnett Avenue Suite 315, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-03-R-5069
 
Response Due
3/18/2003
 
Archive Date
4/2/2003
 
Point of Contact
Terence McGinn, Contract Specialist, Phone (703) 784-5822 x255, Fax (703) 784-5826,
 
E-Mail Address
mcginntj@mcsc.usmc.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Part 13, and 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. Solicitation M67854-03-R-5069 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. North American Industry Classification System (NAICS) code 33391. This acquisition is a full and open competition for a commercial item in accordance with the Federal Acquisition Regulation, Part 2.1. DPAS Rating is DO-C9E. CLIN 0001, Petroleum Filter Separator, Qty 77 each; Overpacked with one (1) operation and maintenance manual and parts listing; one (1) set of filters; and one (1) additional complete set of gaskets to be used for opening and closing. DESCRIPTION: The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for Qty 77 commercial petroleum filter separators. The filter separator is an integral system component of the Marine Corps’ tactical and expeditionary fuel systems. It is intended to be used with various other components of these refueling systems that incorporate, at a minimum, 125 gallons per minute (GPM) continuous centrifugal pump, 2 inch hoses, 2 inch cam lock fittings, and aircraft pressure and gravity refueling nozzles. The key capabilities that the offerors must address include, 1) Conformance and compliance with American Petroleum Institute (API) 1581 Edition Three; 2) Function without breakage in operating temperatures of negative 25 degrees Fahrenheit (F) and plus 130 degrees F; 3) Pumping rate of, at a minimum, 125 Gallons Per Minute (GPM); 4) Completed filter separator must fit into a protective frame with the dimensions of: 29 inches long by 19 inches wide by 34 inches high; 5) A frame must entirely encase the filter separator for protection of critical parts during tactical and expeditionary use; 6) Inlet shall be 2 inch female and the outlet shall be a 2 inch male cam lock type fittings; 7) Inlet and outlet fittings on opposite sides approximately 3.5 inches from bottom; and 8) Fuel separator must be constructed from aluminum grade materials capable of with standing operating pressures and normal abuse or another material with similar weight characteristics of aluminum. DELIVERY: CLIN 0001 shall be shipped FOB Destination and shipped to/marked for: Fleet Support Center Code 877; Set Assembly BLDG 1241; 814 Radford BLVD; Albany GA 31704 DATE OF DELIVERY: Delivery of CLIN 0001 is required on or before 15 May 2003. If this cannot be met, offerors shall propose the most aggressive delivery date possible. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors – Commercial Items. FAR 52.212-2, Evaluation – Commercial Items. The following factors listed in descending order of importance shall be used to evaluate offers: (1) OPERATIONAL EFFECTIVENESS, and (2) PAST PERFORMANCE. PRICE will be evaluated as an element of the overall offer, but not scored. The evaluation process will be conducted as an integrated assessment to arrive at a best value decision. For this procurement, best value will result from selection of the technically acceptable proposal with the lowest evaluated price. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Past performance shall be considered as a non-cost evaluation factor. Tradeoffs are not permitted and, as such, the proposals shall be evaluated for acceptability but not ranked using the non-cost/price factors. Federal Acquisition Regulation-52.212-1, Instructions to Offerors -Commercial Items: Offerors shall submit a written technical proposal which clearly illustrates that its product meets all technical requirements. Commercial product literature is encouraged. However, any ambiguities noted in the technical capability of the product may have an adverse impact on your evaluation. In the event that there is a conflict between the offeror’s proposal and commercial literature, the proposal will take precedence. Offerors written proposal shall be limited to 25 pages. Offerors shall not submit more than one (1) offer in response to this solicitation. An original and three (3) copies of the offer are required. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its content. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Procuring Contracting Officer (PCO). Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 point. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. To supplement their written proposal, offerors may provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, or other parameters being evaluated. There is no limitation for the content of the CD-ROM, however all material provided through this medium shall be appropriately referenced in the written proposal; the CD-ROM shall not be considered a stand-alone element of the offer. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. Under Operational Effectiveness, the offerors should discuss their ability to currently meet the performance requirements stated in this synopsis/solicitation and to deliver the appropriate quantities required herein within the appropriate timeframe. Ensure that your stated response addresses overall product compatibility, as well as any additional parameters not specifically cited in the synopsis/solicitation. Address any specific commercial, or extended warranty provisions for the resulting product. Provide evidence of product quality, any certifications for use, safety, and reliability on the CD-ROM, and annotate the references in your proposal. The Offeror shall include Past Performance references on contracts of similar nature including Name of contracting activity, contract number, contract type, total contract value, and Points of Contact (name, phone and Fax numbers). The cost proposal shall state the averaged unit cost, inclusive of shipping to the destination above as well as the extended price for CLIN 0001. The offeror shall include commercial catalog pricing. The Government intends to evaluate proposals and make award without discussions; however, the Government reserves the right to hold discussions if necessary. FAR Clauses: 52.212-3, Offeror Representations and Certifications-Commercial Items (see Offeror booklet), 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.o.b. Destination. DFARS clauses: 252.204-7004 Required Central Contractor Registration, 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items, 252.225-7000 Buy American Act--Balance Of Payments Program Certificate, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7006 Buy American Act--Trade Agreements--Balance of Payments Program Certificate, and 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program apply to this acquisition.. Offeror shall include a completed copy of provision FAR 52.212-3, Offerors Representations and Certifications – Commercial Items with its offer. Full text of these provisions may be accessed on-line at http://www.arnet.gov/References/ or http://farsite.hill.af.mil/. OFFEROR’S QUESTIONS: Questions may be submitted via e-mail to Terence J. McGinn at mcginntj@mcsc.usmc.mil. All questions must be submitted by 7 March 2003, 11:00 AM EST. Answers to questions will be posted on the Filter Separator web page http://www.marcorsyscom.usmc.mil/sites/ctq/opport.asp. If necessary, answers to the questions will also be provided via an amendment/modification to the Synopsis/Solicitation. SUBMISSION OF OFFERS: DUE DATE FOR OFFERS IS 18 March 2003, 11:00 AM EST . DUE DATE FOR PAST PERFORMANCE INFORMATION IS 11 March 2003, 11:00 AM EST. An original and three (3) copies of each offer shall be submitted to MARCORSYSCOM at the following address: COMMANDER (Attn: T. J. McGinn: CTQ5TM), Marine Corps Systems Command, 2033 Barnett Avenue, Suite 315, Quantico, VA 22134-5010. All hand-carried deliveries (including UPS, Fed Ex, etc.) shall be delivered to the following address: Marine Corps Systems Command, Attn: Terence J. McGinn, 3041A McCawley Avenue, Quantico, VA 22134-5010. No facsimile offers will be accepted. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. CENTRAL CONTRACTOR REGISTRATION: All offerors must ensure that they are registered in the Central Contractor Registration. This is mandatory for award of any Government contract. To register, please go on-line to http://ccr.edi.disa.mil. POINT OF CONTACT: If you have any questions regarding this solicitation, please contact the Contracting Officer, Terence J. McGinn at (703) 784-2242 ext 5005 or mcginntj@mcsc.usmc.mil. A text copy of this announcement can be viewed at http://www.marcorsyscom.usmc.mil/sites/ctq/opport.asp . Questions and answers – if required – will be posted to this site as well. It is the offeror’s responsibility to check this web site for all information related to this procurement. All requests for hard copies of this solicitation will be disregarded. END OF SOLICITATION
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67854/M67854-03-R-5069/listing.html)
 
Record
SN00269519-F 20030305/030303220848 (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.