Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

49 -- AC/DC Multiple Voltage TIG/Stick Kits

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
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
M67854-05-R-5073
 
Response Due
4/8/2005
 
Archive Date
4/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Marine Corps System Command has a requirement for 181 AC/DC Multiple Voltage Tungsten Insert Gas (TIG) and Stick Kits. This procurement is 100% set-aside for small business concerns. The NAICS code for this procurement is 333298 with a size standard of 500 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, 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 subject Request for Proposals (RFPs), M67854-05-R-5073 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. Scope: The TIG/Stick Kit and its components must be compatible with the Miller PipePro 304 welder used by the Marine Corps Tactical Welder Shop (MCTWS). This purchase description establishes the performance requirements for the tig/stick kit. Intended Use: The kit will provide an enhanced capability for the MCTWS to conduct repairs of thin metals such as aluminum and produce light metal fabrications. Characteristics: All physical characteristics of the tig/stick kit, inclusive of design and test methods, shall be compliant with best commercial practices. The TIG/Stick Kit must function without breakage in operating temperatures - 25 to 135 degrees Fahrenheit. The Kit includes: AC/DC TIG Stick power supply with all components, 12 ? feet TIG torch, finger and foot control, accessory kit complete with tungsten grinder and tools enclosed in a water tight case. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the TIG/Stick Kit and all components. Packaging: Best commercial practices. Commercial Warranty: Any additional warranty provisions or exclusions shall be clearly stated in the offerors' proposal submission. The Government anticipates issuing an ID/IQ Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and period of performance are as follows: Period of Performance: 12 months after contract award with one 12 month Option CLIN. Maximum Quantity is 181 units. Contract Minimum is 40 units. These units will be shipped F.O.B. destination throughout the Continental United States. The primarily destinations will be Camp Pendleton and Port Hueneme, CA and Camp Lejeune, NC. CLIN 0001, Base Year, Qty 40. Option CLIN 0101, Qty 1-141. Offerors may propose stepladder quantity pricing, (e.g., 1 - 10, $xx; 11-20, $xx). However, the price will be evaluated on a quantity of 40 units. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2004): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal. An original and one (1) copy of the proposal is required and can be submitted via CD ROM. 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 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 35 total pages, inclusive of product literature. 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 2:00PM (EST) 08 April 2005: COMMANDER, Attn: Ms.Stefanie Conway, CTQ, MARCORSYSCOM, 2200 Lester Street, VA, 22314-5010. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Evaluation Factors: Operational Effectiveness - Describe your ability to currently meet the performance requirements stated in this purchase description. Ensure that your stated response addresses overall product compatibility, as well as any additional parameters not specifically cited in the purchase description. Address any specific commercial or extended warranty provisions for the resulting product. Past Performance - Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Relative Order of Importance: (i) Operational Effectiveness - Most important. (ii) Past Performance - Less important. Price - Evaluated, but not rated. Award shall be made to the offeror whose proposal presents the best value to the government. In making its "Best Value" determination, the Government will consider overall technical and past performance merit to be of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. 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. FAR Clauses: 52.212-3, Offeror Representations and Certifications, (Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN).The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help). 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, 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.. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com.
 
Place of Performance
Address: various
 
Record
SN00774377-W 20050325/050323212737 (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.