Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2003 FBO #0474
SOLICITATION NOTICE

63 -- Perimeter Security Device

Notice Date
3/17/2003
 
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
M6785403R1050
 
Archive Date
4/16/2003
 
Point of Contact
Alice Pladson, Contract Specialist, Phone 7037845822 x224, Fax 7037845826, - David Marr, Supervisory Contracting Officer, Phone (703) 784-5822 x239, Fax (703) 784-5826,
 
E-Mail Address
pladsonac@mcsc.usmc.mil, marrdr@mcsc.usmc.mil
 
Description
The Marine Corps Systems Command intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the procurement of one (1) Perimeter Security Device. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The Government anticipates issuing a Firm Fixed Price (FFP) commercial contract to the successful offeror. This acquisition is a full and open competition. DESCRIPTION: The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for one (1) Perimeter Security device which is a two (2) man portable, ruggedized system for transport into any terrain or environment . The system should consist of a laptop/pelicase that houses the monitoring station. This monitoring station will display video from the four (4) cameras that are innate to the system. The display will allow the Marine to view the perimeter one camera at a time or all four cameras on one display (split screen). The cameras should be able to pan, tilt or zoom to specific objects within an area at least 150 meters from each camera. The cameras will be placed up to 300 meters away from the monitoring station, and will be wireless from the monitoring station. The system should be adaptable to 110/220 or a battery source that allows for power. DATE OF DELIVERY: Please advise the earliest that it is possible to obtain this system after date of award. 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 shall be used to evaluate offers: (1) TECHNICAL PERFORMANCE and (2) COST. Cost will be evaluated as an element of the overall offer at a slightly lower value than Technical Performance. The evaluation process will be conducted as an integrated assessment to arrive at the best proposal which meets the needs of the U.S. Marine Corps. Federal Acquisition Regulation-52.212-1, Instructions to Offerors -Commercial Items: Offerors shall submit a written technical proposal and/or instruction booklet/operating manual . The technical proposal must clearly illustrate 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 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 will be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. 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 the 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. 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 Alice C. Pladson at pladsonac@mcsc.usmc.mil. All questions must be submitted electronically. . If necessary, answers to the questions will be provided via an amendment/modification to the Synopsis/Solicitation. SUBMISSION OF OFFERS: DUE DATE FOR OFFERS IS 1 April 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: AC Pladson: CTQ1AP), 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: Alice C. Pladson, 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, Alice C. Pladson at (703) 784-2006 ext 2703 or pladsonac@mcsc.usmc.mil. All requests for hard copies of this solicitation will be disregarded.
 
Place of Performance
Address: Marine Corps System Command, 2033 Barnett Avenue, Suite 315, Quantico, VA 22134-5010
Zip Code: 22134-5010
Country: USA
 
Record
SN00281248-W 20030319/030317213756 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.