Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2004 FBO #0772
SOLICITATION NOTICE

25 -- PRE-CLEANERS FOR MOTOR TRANSPORT EQUIPMENT SPECIFICALLY THE HMMWV AND 5-TON TRUCK

Notice Date
1/6/2004
 
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
M67854-04-R-5056
 
Response Due
1/16/2004
 
Archive Date
1/16/2004
 
Point of Contact
Major S. J. Colcombe, Contract Officer, Phone please e-mail any questions or responses, Fax (703) 432-3527,
 
E-Mail Address
colcombesj@mcsc.usmc.mil
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, M67854-04-R-5056, is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18 and Defense Acquisition Circular 91-13. The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for Ejective Pre-Cleaners. CLIN 0001: 1000 pre-cleaners ranging from 100-468 Cubic Feet Per Minute (C.F.M.); Theses pre-cleaners must be useable on the AM General High Mobility, Multi-Purpose Wheeled Vehicle (HMMWV) Family of Vehicles (FOV) powered with General Motors V8, 6.5L Diesel Fuel Injection. (Naturally Aspirated) Engine. Delivery for CLIN 0001: 300 of these are to be delivered to Camp Lejeune; 600 to be delivered to Camp Pendleton CA; and 100 delivered to Marine Corps Logistic Base Albany, GA. CLIN 0002: 400 pre-cleaners ranging from 400-900 C.F.M.; These pre-cleaners must be useable on the M809 and M939 Series Five Ton Trucks (FOV) powered with Cummins NTC 250 Diesel Engine. Scope: This purchase description established the recommended Reliability, Availability, Maintainability and Durability (RAD-M) for the subject pre-cleaners. The intended application is for the HMMWV Family of Vehicles (FOV), M809, and M939 Five Ton Series (FOV). Both pre-cleaner must have the ability to continuously eject minimum of 98 percent of all types of mixed debris, including mud, snow, rain, leaves, sawdust, chafe, and dust prior to reaching the air filter assembly. Works in all weather conditions. Be engineered from a high quality, non-reflective, non-corrosive material that will not melt or overheat. Pre-Cleaner will be maintenance free and contain isolated bearing in the cavity to protect from outside elements. Pre-cleaners, must meet the following Cubic Feet Per Minute (CFM) ranges: HMMWV FOV C.F.M. 100-468; M809/M939 Five Ton Series FOV C.F.M. 400-900. Delivery for CLIN 0002: 100 are to be delivered to Camp Lejeune; 200 to be delivered to Camp Pendleton CA; and 100 delivered to Marine Corps Logistic Base Albany, GA. All Deliveries made no later than February 2, 2004. The Government anticipates issuing a Firm Fixed Price (FFP) commercial contract to the successful offeror. The contract will be issued in accordance with the selected offeror ability to produce and deliver the quantities specified herein. Quantities and period of performance are as follows: Contract total is 1,400 kits. An estimate quantity of 800 Kits will be shipped to I MEF Camp Pendleton, California. II MEF Camp Lejeune, North Carolina will receive 400 Kits and the remaining 200 kits will be shipped to Marine Forces Reserve Initial Issue Point (IIP) Albany Georgia. All Pre-cleaners will be shipped with installation instructions and the price per item will reflect FOB destination. This acquisition incorporates the following FAR clauses: Instruction to Offers- Commercial Item. 52.212-3 Offeror representations and certification ? Commercial Items (JUN 2003) must be completed and submitted along with the quote (Please contact Maj Colcombe at via e-mail colcombesj@mcsc.usmc.mil, if a copy is needed). In accordance with 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (OCT 2003), the following clauses are incorporated by reference in paragraph (a) 52.233-3 Protest after Award (31 U.S.C. 3533). Paragraph (b); 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (FEB1999), 52.222-26, Equal Opportunity (E.O.11246); ); 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veteran (DEC 2001) (38U.S.C.4212); 52.222-36, Affirmative Action for workers with Disabilities (JUN 1998) (29 U.S.C.793); 52.222-37, Employment Reports on Special Disabled Veterans, and Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C.4212); 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2003); 52.232.36 Payment by Third Party (May 1999); 52.232-33 Mandatory Information for Electronic Transfer (OCT 2003); 52.225-13 Restriction on Certain Foreign Purchase (DEC 2003) (E.O. 12722, 12724, 13059, 13121, AND 13129); 52.252-2 Clauses Incorporated by References (FEB 1998); 52-232-7003 Electronic Submission of Payment Requests (Mar 2003). This order will be firmed and fixed. All interested Bidders must submit quotation plus product specification to Marine Corps Systems Command, ATTN: Maj S.J. Colcombe, GTES, 2201A Willis Street Quantico, VA 22134, or by e-mail colcombesj@mcsc.usmc.mil. This Acquisition is non-restricted. All quotation must be received by January 16, 2004 @ 3.00 p.m., Eastern Standard Time to be considered responsive. FAR 52.212-2 Evaluation Commercial Items(JAN 1999): Operational Effectiveness - most important followed by Price; Past Performance is least important . Award shall be made to the offeror whose proposal presents the lowest price technically acceptable proposal 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 (or part of an offer), whether or not there are negotiations.
 
Record
SN00499307-W 20040108/040106212123 (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.