Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOLICITATION NOTICE

99 -- Anti-Terrorism Force Protection Capability Set Integration

Notice Date
8/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-03-R-1105
 
Response Due
9/10/2003
 
Archive Date
9/25/2003
 
Point of Contact
Elizabeth Austin, Contracts Analyst, Phone 703-432-3636, - David Marr, Supervisory Contracting Officer, Phone (703) 784-2006 x 2732, Fax (703) 784-2314,
 
E-Mail Address
austinek@mcsc.usmc.mil, marrdr@mcsc.usmc.mil
 
Description
This notice is a combined synopsis/solicitation on behalf of the Marine Corps Systems Command (MCSC) for the procurement of Integration Services to acquire, assemble, and distribute Anti-Terrorism Force Protection (AT/FP) Capability Sets to various U.S. Marine Corps installations and Marine Expeditionary Units (MEUs) in accordance with FAR Part 12 for commercial items as defined in FAR Part 2.1, and as supplemented with additional information included in this notice. The effort is being procured utilizing full and open, best value competition. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation M67854-03-R-1105 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and Defense Acquisition Circular 91-13. The Government anticipates issuing a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) commercial contract for a twelve-month period to the successful offeror to provide flexibility in ordering and options for varying quantities. All future information relative to this procurement, including all documentation such as the Statement of Work and Attachments (file download MS Office), will be available to industry through the Business Opportunities link on the MARCORSYSCOM website: www.marcorsyscom.usmc.mil. Federal Acquisition Regulation 52.212-1, Instructions to Offerors – Commercial Items: Offerors shall submit a combined technical/business proposal as an element of their offer. 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. Offerors must submit Contractor Name, Address, DUNS, Cage Code and Tax Identification Number (TIN). Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the products may have an adverse impact on your evaluation. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its contents. The business portion of the offer shall ensure that all elements of the Schedule of Supplies, corresponding tables, and appropriate representations and certifications are completed. 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 ˝ 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. Page count for the combined technical/business proposal shall not exceed 25 total pages, inclusive of product literature, but exclusive of the Representations and Certifications of offerors. To supplement their written proposal, offerors may provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, safety and reliability. 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. To support their business offer, offerors are requested to submit electronic pricing workups (e.g., Schedule of Supplies) in MS Office format on the CD-ROM. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 1:00 PM (EST) 10 September 2003; COMMANDER, Attn: Colonel Elizabeth Austin, CTQ 13-02EA, MARCORSYSCOM, 2200 Lester Street, Quantico, VA 22134-6050. NOTE: Offerors are advised that proposals sent by conventional U.S. Mail Service are not routed to the above address. Proposal Content: Describe your current ability and technical and management approach to meet the performance requirements stated in the Statement of Work (SOW) for the AT/FP Capability Sets. Ensure that your stated response addresses any specific commercial, or extended warranty provisions. Past Performance: Provide specific examples of favorable recent past performance that illustrates evidence of your ability to serve as an integrator (procuring, receiving, inspecting, storing, handling and delivering products). Ensure your past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of products purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. FAR 52.212-2, Evaluation-Commercial Items applies. Award shall be made to the offeror whose proposal presents the best value to the Government, price and other factors considered. The evaluation factors for award are 1) Technical/Management Approach, 2) Past Performance and 3) Price. In making its “Best Value” determination, the Government will consider technical/management approach to be of significantly greater importance than past performance and price, which are of equal importance. However, the importance of past performance and price as factors in the final determination will increase with the degree of equality in the overall technical merits of the proposals. Price will be the total unit price of all Sub Line Item Numbers (SLINS) for Contract Line Item Numbers (CLINS) 0001 and 0002. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (part of an offer), whether or not there are negotiations. The following FAR clauses apply: 52.202-1 Definitions, 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-7 Anti-Kickback Procedures, 52.211-8 Time of Delivery, 52.212-1 Instructions to Offerors - Commercial Items, 52.212-2 Evaluation—Commercial Items, 52.212-3 Offeror Representations and Certifications - Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, 52.215-1 Instructions to Offerors - Competitive Acquisition, 52.216-22—Indefinite Quantity, 52.244-6 - Subcontracts for Commercial Items, 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19 Child Labor—Cooperation with Authorities and Remedies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, 52.232-18 Availability of Funds, 52.247-34 FOB Destination. The following DFARS clauses apply: 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, and 252.225-7001 American Act and Balance of Payments Program. ORIGINAL POINT OF CONTACT: Elizabeth Austin, Colonel USMCR, Phone 703-432-3636, Fax 703-432-3531, Email: austinek@mcsc.usmc.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67854/M67854-03-R-1105/listing.html)
 
Place of Performance
Address: COMMANDER MARCORSYSCOM CTQ 13-02EA 2200 LESTER STREET QUANTICO VA
Zip Code: 22134-6050
 
Record
SN00400488-F 20030815/030813223415 (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.