Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

99 -- AUTO RESET POPPERS

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406Q9012
 
Response Due
12/16/2005
 
Archive Date
1/15/2006
 
Description
This requirement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. Marine Corps Systems Command, on behalf of the Marine Corps Warfighting Laboratory has a requirement for Auto Reset Poppers and Steel IPSC Targets. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is M67854-06-Q-9012. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-03. This requirement is 100% set aside for small business. The applicable NAICS Code for this requirement is 332995 with a size standard of 500 employees. The following requirement is: CLIN 0001: QTY (20) Auto Reset Popper 28? tall, 2/3 size popper; CLIN 0002 QTY (20) Auto Reset Poppers 42? tall, full size popper; CLIN 0003 QTY (30) Rubber Faced Auto Reset Popper, 28? tall, popper with rubber facer attached; CLIN 0004 QTY (30) Full Sized Steel International Practical Shooting Confederation (IPSC) Target, 18? x 30? plate size, 50? tall with stand. Contractor shall provide Technical manuals and Commercial warranty. PACKAGING REQUIREMENTS: Packaging shall be in accordance with best commercial practices. DELIVERY/SHIPPING INSTRUCTIONS: Shipping for CLINS 0001 through 0004 shall be priced FOB Destination. CLIN 0001 through 0004 shall be delivered no later than two week after award to: Marine Corps Warfighting Laboratory, Attn: Jeanne Pierson/Capt. Ryan McDonel, 3087 Roan St., Quantico, VA 22134. Inspection and Acceptance for all CLINS shall be Destination. BASIS FOR AWARD. The Government intends to award a Firm-Fixed Price (FFP) contract using FAR 15.101-2, Technically Acceptable/Lowest Price. Award will be made to the responsible offeror submitting the lowest priced proposal, meeting all of the requirements described in this synopsis/solicitation. The price proposal shall state the unit cost and total price of the CLIN required, inclusive of shipping to the destination listed above. Proposals shall be valid for a period of 60 days. APPLICABLE PROVISIONS AND CLAUSES. Proposals received without the completed copy of the provision at FAR 52.212-3 m ay be considered non-compliant. Beginning January 1, 2005, the FAR requires 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. ORCA also allows Government personnel to access your information online, thus eliminating the need for you to submit representations and certifications with each offer. To register in ORCA you will need 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. 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. 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 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/help.aspx. Full text of FAR and DFARS provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by referenc e: 52.212-1 Instructions to Offerors - Commercial Items (Jan 2005), 52.212-3 Offeror Representations and Certifications -Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2005). The Following Clauses incorporated in 52.212-5 are also applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995), 52.219-6 Notice of Total Small Business Set-Aside (Jun 3 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (June 2003), 52.222-19 Child labor-Cooperation w/Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible for award (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) and 52.247-34 F.o.b. Destination (Nov 1991). The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Sep 2004), 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Mar 1998), 252.212-7000 Offeror Representations and Certifications ?Commercial Items (Jun 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005). The follo wing clauses incorporated in 252.212-7001 are also applicable: 52.203-3 Gratuities (Apr 2004), 52.225-1 Buy American Act-Supplies (Jun 2003), 252.232-7003 Electronic Submission of Payment Request (Jan 2004), 252-243-7002 Request for Equitable Adjustment (Mar 1998), 252-247-7023 Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com. All questions on this requirement shall be submitted electronically to Sandra.k.hughes2@usmc.mil Contract Specialist no later than 09 December 2005 to allow adequate time to prepare a response. All applicable terms and conditions shall be submitted electronically, if possible to: Sandra.k.hughes2@usmc.mil, or express mailed to the following location: Commanding General, Marine Corps Warfighting Laboratory, Attn: Sandra Hughes, Building 3255 Meyers Avenue, Quantico, VA 22134. NOTE: No facsimile offers will be accepted. Number Note 1 applies.
 
Record
SN00943856-W 20051204/051202212249 (fbodaily.com)
 
Source
FedBizOpps 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.