Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

58 -- Explosive Ordnance Disposal (EOD) Standoff Disrupter Improvised Explosive Device (SDIED) and SDIED Recoil Reduction Adapter

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 2200 Lester Street, Quantico, VA 22134
 
ZIP Code
22134
 
Solicitation Number
M6785405R5075
 
Response Due
5/5/2005
 
Archive Date
6/4/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR 13 applies. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation M67854-05-R-5075 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. NAICS Code 334511. This acquisition is a full and open competition for a commercial item in accordance with the Federal Acquisition Regulation, Part 2.1. DPAS Rating is: Unrated. DESCRIPTION: The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for Standoff Disrupter Improvised Explosive Devices (SDIED) and SDIED Recoil Reduction Adapters. The SDIED disrupts and renders safe Improvised Explosive Devices (IEDs) from a standoff position. The Recoil Reduction Adapter interfaces with the SDIED to reduce the disrupter's recoil without reduction of solid projectile velocity. The key capabilities that the Offerors must address include the following thresholds: Remotely disrupt an Improvised Explosive Device at a minimum of 10 feet Standoff Range, load dependent; Maximum Emplacement Time of 4 minutes; Maximum Setup Time of 10 minutes; Maximum Emplacement Portability of 50 lbs; Maximum System Portability of 84 lbs; Reliability Rate of 90 percent; Availability Rate of 90 percent; Maintainability of 2 hour Mean Corrective Maintenance Time for Operational Mission Failures (MCMTOMF); Operate in temperatures from -25?F to 120?F; Post-Shot Survivability with no damage to tool due to normal firing; Internal shock tube actuated firing pin system cannot contain any external or internal hammer/firing spring or trigger mechanism (non-electric); device shall also include multi-position aluminum stand, laser sight, any system specific tools, and inert consumables. The Government anticipates issuing an Indefinite Delivery/Indefinite Quantity (ID/IQ) Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and Period of Performance are as follows: CLIN 0001, Standoff Disrupter Improvised Explosive Device (SDIED), overpacked with printed technical manual, Qty 1min/80max; CLIN 0002, Standoff Disrupter Improvised Explosive Device (SDIED) Adapter, overpacked with printed technical manual, Qty 1min/80max; OPTION CLIN 0101 SDIED, overpacked with printed technical manual, Qty 1min/50max; OPTION CLIN 0102 SDIED Adapter, overpacked with printed technical manual, Qty 1min/50max. Rate of Production: 60/month commencing 45 days after issuance of Delivery Order (DO). Period of Performance: 15 months after contract award (CLIN 0001 and 0002) with one 12 month Option (CLIN 0101 and 0201). Option CLINs 0101 ? 0102, if exercised, will be exercised on or before 15 months after contract award. PACKAGING: Best commercial practices. WARRANTY: Commercial Warranty: Any additional warranty provisions or exclusions shall be clearly stated in the Offerors' proposal submission. DELIVERY: All items shall be shipped FOB Destination throughout the continental United States (CONUS) and outside the continental United States (OCONUS). The primary destinations and approximate percentage of quantities are: California (30%), North Carolina (25%), Maryland (25%) and Japan (15%). INSPECTION/ACCEPTANCE: Inspection at Origin, Acceptance at Destination. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2005): Multiple offers are discouraged. Offerors shall submit a combined technical/business proposal, which clearly illustrates that its product meets all technical requirements. Offers shall also submit two (2) copies of the technical manual on CD. Commercial product literature is encouraged. In the event that there is a conflict between the offeror?s proposal and commercial literature, the proposal will take precedence. 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 techn! ical/business proposal shall not exceed 10 total pages, exclusive of product literature. An original and two (2) copies of each offer shall be hand-carried or express mailed via UPS, DHL, or Federal Express to the following location by 2:00PM (EST) May 5, 2005: Commanding General, MARCORSYSCOM, CTQ/Attn Mr. Terence J. McGinn, 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. No facsimile offers will be accepted. FAR 52.212-2, Evaluation ? Commercial Items (Jan 1999). The following Factors shall be used to evaluate offers: (1) OPERATIONAL EFFECTIVENESS, (2) PAST PERFORMANCE, and (3) PRICE. PRICE will be evaluated as an element of the overall offer. Offerors may propose stepladder quantity pricing (i.e., 1-10, $xx; 11-20 $xx). However, the price will be evaluated on a quantity of 57 units. The Government intends to award this contract on the basis of competitive source selection (FAR 15.3), and using ?Best Value? criteria per FAR 15.101-2, Technically Acceptable/Lowest Price. Award will be made to the responsible Offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Past performance shall be considered as a non-cost evaluation factor and, as such, evaluated in accordance with FAR 15.305; however the comparative assessment in 15.305(a)(2)(i) shall not apply. Tradeoffs are not permitted and, as suc! h, the proposals shall be evaluated for acceptability but not ranked using the non-cost/price factors. Under Operational Effectiveness, the offerors should discuss their products? compliance with the requirements. The Offeror shall include Past Performance references on contracts of similar nature including Name of contracting activity, contract number, contract type, total contract value, and Points of Contact (name, phone and Fax numbers). The price proposal shall state the unit cost, inclusive of shipping to the destinations above. The Government intends to evaluate proposals and make award without discussions; however, the Government reserves the right to hold discussions if necessary. 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 solicit! ation 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 y! ou 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 ORCA's 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 ? Commercial Items, 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, 52.225-1 Buy American Act-Supplies, 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. Additional clauses that apply are: 52.216-18 Ordering (Fill-in: (a) Date of Contract through succeeding 27 months, 52.216-19 Order Limitations (Fill-in: (a) 1, (b) (1) 80, (b)(2) 80,! (3) 27), 52.216-22 Indefinite Quantity (fill-in: (d) 30 July 2007), FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989). Full text of these provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/. DFAR Clauses: 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items within this clause, the following clauses apply: 252.227-7015 Technical Data?Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronic Submission of Payment Requests. Additional DFAR Clauses that apply are: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation. Full text of these provisions may be accessed on-line at http://www.acq.osd.mil/dpap/dfars/index.htm IMPORTANT INFORMATION FOR CONTRACTORS: 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. With the use of WAWF, paper DD250 forms are no longer required. However, the contractor will be required to overpack an Inventory and Acceptance Receipt (to be provided) with the product shipment. This form shall be submitted electronically or via USPS from the receiving unit to: Commanding General, MARCORSYSCOM, Attn GTES/MSgt Jack D. Johnson, 2200 Lester Street, Quantico, VA 22314-5010 or via email: jack.d.johnson1@usmc.mil. POINTS OF CONTACT: Terence J. McGinn, Contracting Officer email: mcginntj@mcsc.usmc.mil, phone (703) 432-3717 or Holly Hubbell, Contract Specialist email: holly.r.hubbell@usmc.mil or phone (703) 432-3699.
 
Record
SN00793708-W 20050423/050421212250 (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.