Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

23 -- Purchase 1000 M1077 Flat Racks compatible with Logistics Vehicle System.

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785405R5133
 
Response Due
7/6/2005
 
Archive Date
8/5/2005
 
Description
The Marine Corps System Command has a requirement for 1,000 M1077 Flatracks. 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 is not a small business set aside. 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-5133 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-04 and Defense Acquisition Circular 91-13. DPAS Rating: DO. Scope: The M1077 Flatrack (M1077) must be compatible with the Logistics Vehicle System (LVS) MK18A1 Rear Body Unit. This purchase description establishes the performance requirements for the M1077. Intended Use: The M1077 as part of the LVS will provide non-containerized heavy lift capability up to 33! ,000 lbs on-road and off road. The M1077 must withstand climatic elements for at least ten years without harmful effect and be treated to resist corrosion and rust. Topcoat shall be water reducible CARC paint per MIL-DTL-64159, Type II, color Green 383. The M1077 shall have four ISO corner castings that shall allow it to be secured and transported on a flatbed railcar using only existing railcar and LVS trailer mounted ISO corner castings. In addition, the M1077 shall have four ISO corner castings which shall allow a standard 8-foot X 8 foot X 20 foot container to be secured and transported on the M1077. The ISO corner castings and the supporting structure shall not be removable from the M1077. The M1077 shall have tie down devices conforming to MIL-STD-209, class 4 or class 5, spaced 24 inches apart or less. The tie downs shall be located along the complete perimeter of the M1077, shall be in a vertical position while under load and while not under load and shall not infr! inge upon the clear deck area. The first and last tie down on each of the 4 sides of the M1077 shall not be further than 6 inches from the corner. Tie downs shall have a minimum 10,000 lb (4550 kg) rated tensile strength. The M1077 or tiedowns shall not deform or fail when a 16-1/2 ton (15 metric ton) payload is placed on any 4 opposing tiedowns. The tiedowns shall allow 2 (two) ammunition straps, Ordnance Dry 9392419 to be secured to each tiedown, without the straps coming in contact with any portion of the M1077. The M1077 shall have provisions for, and be capable of, being lifted by forklift of appropriate size when fully loaded. Adequate areas must be provided on the M1077 to store load-restraining devices when not in use. Tie down straps shall be removable and replaceable by the operator. The M1077 shall be capable of accepting the sideboard kit. The sideboard kit shall be applied to the complete perimeter of the M1077 and shall be at least 34 inches high, and shall b! e capable of being installed by 2 Marines. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the M1077 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 a Firm Fixed Price (FFP) ID/IQ commercial contract to the successful offeror. Quantities and period of performance are as follows: Period of Performance: 12 months after contract award. Maximum Quantity is 1000 units. Contract Minimum is 100 units. These units will be shipped F.O.B. destination to Marine Corps Logistics Base Albany, Georgia. CLIN 0001, Qty 100-1000. Price will be evaluated on a Qty. of 1,000 units. Technical manuals shall be overpacked with each flatrack. Federal Acquisition Regulation-52.212-1, Instructi! ons to Offerors - Commercial Items, (Jan 2005): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal. An original and one (1) copy of the proposal are 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 written 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) 06 July 2005: COMMANDER, Attn: Ron Dingle, CTQ, MARCORSYSCOM, 2200 Lester Street, V! A, 22134-5010. 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: Technical - 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. Provide evidence of product quality, and certifications for use, safety and reliability in your proposal. 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, ad! dresses, 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) Technical and (ii) Past Performance when combined are significantly more important than price. Price - Evaluated, but not rated. Award shall be made to the offeror whose proposal presents the best value to the government. 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, Of! feror 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 prov! ision 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 c! lauses. 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, Affirmat! ive 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. FAR 52.216-18-Ordering; FAR 52.216-19 Ordering Limitations Insert: a.100/b. 1,000/d.10. FAR 52.216-22, Indefinite Quantity: Insert: 12 Months. 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 (WA! WF-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
SN00829750-W 20050616/050614212549 (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.