Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOLICITATION NOTICE

10 -- MEU(SOC) .45 CALIBER COMBAT HANDGUN

Notice Date
4/8/2003
 
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-1049
 
Response Due
5/8/2003
 
Archive Date
5/23/2003
 
Point of Contact
Alice Pladson, Contract Specialist, Phone 7037842006 x2703, Fax 7037842314, - 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
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-1049 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 332994. This acquisition is a full and open competition for a commercial item in accordance with the Federal Acquisition Regulation, Part 2.1. CLIN 0001, MEU (SOC) .45 Caliber Combat Handgun, Qty 750 each to include operation and maintenance manual and parts listing. CLIN 0002: Provide spare and repair parts to include but not limited to frames, slides and barrels for a one year period. Option Year 1: CLIN 0003 - MEU (SOC) .45 Caliber Combat Handgun, Qty Minimum Qty of 50 to Maximum Qty of 800 each to include operation and maintenance manual and parts listing. CLIN 0004 - Provide spare and repair parts to include but not limited to frames, slides and barrels. Option Year 2: CLIN 0005 - MEU (SOC) .45 Caliber Combat Handgun, Qty Minimum Qty of 50 to Maximum Qty of 300 each to include operation and maintenance manual and parts listing. CLIN 0006 - Provide spare and repair parts to include but not limited to frames, slides and barrels. Option Year 3: CLIN 0007 - MEU (SOC) .45 Caliber Combat Handgun, Qty Minimum Qty of 50 to Maximum Qty of 300 each to include operation and maintenance manual and parts listing. CLIN 0008 - Provide spare and repair parts to include but not limited to frames, slides and barrels. Option Year 4: CLIN 0009 - MEU (SOC) .45 Caliber Combat Handgun, Qty Minimum Qty of 50 to Maximum Qty of 300 each to include operation and maintenance manual and parts listing. CLIN 0010 - Provide spare and repair parts to include but not limited to frames, slides and barrels. DESCRIPTION: The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for Qty 750 commercial MEU(SOC) .45 Caliber Combat Handguns. The Marine Expeditionary Unit, Special Operations Capable (MEU (SOC)) personnel will use the MEU(SOC) .45 Caliber Combat Handgun as a defensive hand weapon in close quarter battle and other related situations. The MEU (SOC) .45 Caliber Combat Handgun is a semiautomatic, air-cooled, M1911 style magazine fed, recoil operated handgun. This handgun is being sought as a reliability and maintainability upgrade of our existing handgun and is expected to operate with the Marine Corps’ existing ammunition, magazines, and accessories that are attached utilizing a Picatinny rail interface system. The key capabilities that the offerors must address include, 1) Reliability, which includes, but is not limited to, a service life without major component failure to a threshold of 30,000 rounds to an objective of 60,000 rounds, barrel life, and targeting and dispersion parameters throughout the service life; 2) Maintainability, which includes but is not limited to, the ability to repair/replace parts without: honing, milling or otherwise hand fitting while still meeting reliability performance parameters; 3) Compatibility with existing ammunition, magazines, accessories, mounting interface, training standards, and repair techniques; 4) Cost, to include but not limited to, acquisition cost, life cycle cost, repair parts cost and other costs associated to ensure the weapon is operable to the 30,000-60,000 round service life; 5) Warranty and logistics support/supportability concept and provisions; and 6) Past performance, to include but not limited to, prior contracts, production capabilities/capacity, viability, and infrastructure. A web site will be posted and accessible for further information. DATE OF DELIVERY: Delivery of CLIN 0001 is required on or before 90 days after contract award (expected to be on or about October 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 shall be used to evaluate offers: (1) TECHNICAL PERFORMANCE, (2) PAST PERFORMANCE both of which will be weighted equally and will be rated as slightly more important than (3) COST. Cost will be evaluated as an element of the overall offer at a slightly lower value than Technical Performance and Past 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 along with 3 sample weapons which will be subjected to extensive testing. 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 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, along with the 3 sample pistols. 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 points. Foldouts are not allowed. All material submitted must 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 but which may be available in other documentation on the web site. 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, Fax numbers and email addresses if available), of no less than five (5) previous sales. The cost proposal shall state the average unit cost, inclusive of shipping to the destination above as well as the extended price for CLIN 0001 and CLIN 0002. The offeror shall include a copy of their commercial catalog prices. 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. Pladso
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67854/M67854-03-R-1049/listing.html)
 
Place of Performance
Address: Marine Corps Systems Command 2033 Barnett Avenue, Suite 315 Quantico, VA
Zip Code: 22134-5010
Country: USA
 
Record
SN00299158-F 20030410/030408222318 (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.