Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

A -- To provide the Marine Corps with continued capability to respond effectively and rapidly to growing requirements in the areas of Engineering, Scientific Research and Business/Logistics.

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785405R5026
 
Response Due
4/22/2005
 
Archive Date
5/22/2005
 
Description
The Marine Corps System Command (MCSC), in support of the Joint Non-Lethal Weapons Directorate and various Program Offices, has a requirement to provide the Marine Corps with continued capability to respond effectively and rapidly, without reliance on other services? contractual arrangements, to growing requirements in the areas of Engineering, Scientific Research and Business/Logistics. This is a combined synopsis/soliciation 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 Proposal (RFP), M67854-05-R-5026, incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. NAICS Code: 541710 Research and Development in the Physical, Engineering, and Life Sciences Requirement: MCSC desires to establish a contractual arrangement with academia that will foster an education institution/academic research strategic relationship. The ability to obtain academia services of consistently high quality that builds upon past knowledge and research and to engage academia on a regular basis with minimum procurement lead-time is highly desired. Key areas for possible tasks under Engineering include; but is not limited to; non-lethal technologies, alternative power sources, human factors, imaging technologies and sensor systems. Key areas for possible tasks under Scientific Research include; but is not limited to; modeling and simulation research, applied research, quantitative analysis, and independent evaluations. Key areas for possible tasks under Business/Logistics include; but is not limited to; supply chain and logistics technologies, manpower analysis, and developmental technology investment analysis. The period of performance for this effort shall be a base period of 12 months followed by four (4), one (1) year option periods. In order to allow MCSC and its customers to efficiently task the contractor with minimal procurement lead-time, an indefinite delivery type contract incorporating individual delivery/task orders will be utilized for this effort. Award of more than one contract is contemplated. Each contract will include a guaranteed contract minimum of $50K and a contract maximum of $35M. Task orders will be issued and competed between the contracts awarded under this procurement. Labor will be awarded on a Firm-Fixed Price basis, with other direct costs and travel reimbursed on a cost basis. Deliverables, period of performance, and work requirements will be defined by the Project Office and identified within each order. Proposal Preparation: MCSC requests that all interested parties submit a combined technical / price proposal of not more than ten (10) pages submitted on 8.5 by 11 paper at 12 pitch or greater font size, that addresses the following areas: (1) past Research and Development (R&D) performance, (2) past performance with USMC related R&D efforts, (3) past performance with USMC related academic studies and analysis, (4) in-house capability as it relates to research facilities, faculty, graduate students, etc., (5) existing strategic business partnerships (6) experience as a recognized center of excellence in a particular discipline, (7) capability to perform classified work, (8) level of experience with Government contracting and (9) anticipated labor categories that will support this effort and the associated hourly rate for each. Additionally all respondents are requested to include the resumes of key personnel identified as principle investigators in areas that you are a recognized center of excell! ence. Note that the resumes and rate information will not be counted as a part of the 10 pages. An original and four (4) copies of the proposal are required and can be submitted via CD ROM. 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. Please note, offerors must be registered in the Central Contractor Registration (CCR). Lack of registration in the CCR will make an offeror ineligible for award. Information may be obtained at the following website: www.ccr.gov. 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) 22 April 2005: COMMANDER, Attn: Ms.Peggy Smith, CT, 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. Clauses: * Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2004): Multiple Offers are discouraged. *FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Evaluation Factors (listed in descending order of importance): (a) Technical Capability - to include, but not limited to, academic experience(s). (b) Past Performance - Provide specific examples of favorable recent past performance that illustrates evidence of your ability to meet the performance requirements of this effort. 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 services procured. (c) Price ? Evaluated, but not rated. Award(s) shall be made to the offeror(s) whose proposal(s) 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(s) or acceptance of an offer mailed or otherwise furnished to the successful Offeror(s) within the time for acceptance specified in the offer, shall result in a binding contract(s) without further action by either party. Before the offer's specified expiration time, the Government may accept an offer(s) (or part(s) 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 infor! mation 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. *52.216-18 Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of contract award through sixty (60) months after contract award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. *52.216-19 Order Limitations: Each contract will detail a guaranteed contract minimum of $50K and a contract maximum of $35M. *52.216-22 Indefinte Quantity * 52.216-28, Multiple Awards for Advisory and Assistance Services: Anticipate award of 3 to 5 IDIQ contracts *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.
 
Record
SN00785355-W 20050410/050408212811 (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.