Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
MODIFICATION

84 -- JOINT SERVICE LIGHTWEIGHT SUIT TECHNOLOGY (JSLIST) MULTIPURPOSE PROTECTIVE SOCK (MPS)

Notice Date
12/16/2003
 
Notice Type
Modification
 
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
M67854-04-R-3001
 
Response Due
1/26/2004
 
Archive Date
2/10/2004
 
Point of Contact
Lynn Frazier, Contracting Officer, Phone (703) 432-3359, Fax (703) 432-3262,
 
E-Mail Address
frazierly@mcsc.usmc.mil
 
Description
This notice is a combined synopsis/solicitation on behalf of the Marine Corps Systems Command (MCSC) for the procurement of Chemical/Biological Multipurpose Protective Socks (MPS) in accordance with FAR Part 12.6 for commercial items, 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 M67854-04-R-3001 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 and Defense Acquisition Circular 91-13. The NAICS is 315119; the size standard is 500. The Government anticipates issuing a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) commercial contract for a five-year period to the successful offeror. The selected candidate may be a liner, (i.e. worn in addition to current military socks); a standalone sock (worn alone); or a sock system consisting of an outer shell and liner, either of which may integrate with current military socks. All future information related to this procurement, such as the ?Offeror Information Package? (file download MS Word), will be available through MCSC?s website at http://www.marcorsyscom.usmc.mil/sites/ctq/default.asp. Submit questions via email not later than 9 December 2003 to frazierly@mcsc.usmc.mil. Sealed offers for the items to be provided shall be hand-carried or mailed to the following location by 1400 (2:00 PM EST) 26 January 2004; Commanding General, Marine Corps Systems Command, Attn: CTQLF/Lynn Y. Frazier, 2200 Lester Street, Quantico, VA 22134-6050. NOTE: Offerors are advised that proposals sent by conventional US Mail Service are not routed to the above address. FAR 52.212-2, Evaluation-Commercial Items: (a)(i) Chemical/Biological Warfare Agent Protection (ii) Durability/Wearability/Interface Requirements (iii) Manufacturing Capability/Delivery (iv) Logistical Supportability (v) Past Performance (vi) Price. Specifics regarding the relative importance of the above factors are included in the Offeror Information Package. Award shall be made to the offeror whose proposal presents the best value to the Government. 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. FAR Clauses: 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 within this clause, 52.215-1?Instructions to Offerors?Competitive Acquisition, 52.216-22?Indefinite Quantity, 52.244-6?Subcontracts for Commercial Items, the following clauses apply: 52.222-21, prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veteran 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 FOB 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. Point of Contact: Lynn Y. Frazier, Contracting Officer, Phone 703-432-3359, Fax 703-432-3262, Email: frazierly@mcsc.usmc.mil.
 
Record
SN00490776-W 20031218/031216212619 (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.