Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SOLICITATION NOTICE

51 -- Combined Synopsis/Solicitation for Electronic-Optical Tool Kits

Notice Date
3/12/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785408Q3019
 
Response Due
3/26/2008
 
Archive Date
4/26/2008
 
Point of Contact
Michael Dixon 7034323266
 
E-Mail Address
Email your questions to Michael Dixon - Email
(michael.d.dixon@usmc.mil)
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is M67854-08-Q-3019 and is issued as a Request for Quotation (RFQ). This procurement is being solicited as a 100% Small Business Set-Aside. The North American Industrial Classification System Code (NAICS) is 333991 and the corresponding size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 (Effective on January 25, 2008). SUPPLIES OR SERVICES: The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for the following: CLIN 0001 ? 18 each, Electronic-Optical Repair Tool Kits (NSN 5180-01-382-1335) are general-purpose field and repair kits that are comprised of various hand tools and accessories to aid in the repairing of electrical and mechanical equipment. The offeror is not required to price items #313-316 as noted in the components list as Using Unit Responsibility (reference Stock List SL-3-09863A dated June 2003). Each tool kit shall be contained in a ruggedized, weather-resistant, transit case that provides individual locations for each tool allowing for visual inventory. Handles shall be provided on each case to allow for carrying. Each transit case shall have a manual pressure release valve. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: CLIN 0001 shall be priced at F.O.B. Destination and shall be delivered no later than 90 days after contract award to the Marine Corps Logistics Base (DODAAC: M98307), 814 Radford Blvd., Bldg. 2235, Attn: Bruce Otruba, TRADES ATEP GPETE, Albany, GA. 31704-1128. Inspection and acceptance for all CLINs shall be at destination. PROPOSAL INSTRUCTIONS: Proposals shall be specific, detailed and comprehensive enough to enable technical personnel to make a determination as to whether or not the proposed product meets all technical requirements, specifically those described in the attached Stock List SL-3-09863A. If proposing other than the NSN stock list item equipment, the Offeror must provide description literature, specifications and illustration to support technical acceptability. Proposals shall be valid for a period of 60 days. BASIS FOR AWARD: The Government intends to award a Firm-Fixed-Price (FFP) contract using criteria per FAR 15.101-2, ?Lowest Price Technically Acceptable?. Award will be made to the responsible Offeror submitting the lowest evaluated price proposal meeting or exceeding all of the requirements described in this synopsis/solicitation and the attached Stock List SL-3-09863A. Offerors shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the CLIN required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Proposals received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at http://orca.bpm.gov/. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://farsite.hill.af.mil/vfdfar1.htm/, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003), 52.204-7 Central Contractor Registration (July 2006), 52.212-1 Instructions to Offerors ? Commercial Items (Sep 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Nov 2006), 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2007), and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jun 2007). The following clauses incorporated in 52.212-5 are also applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct 1995), 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.219-28 Post Award Small Business Program Representation (June 2007), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Aug 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (Aug 2007) with Alternate II (Jan 2004), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), and 52.232-33 Payment by Electro nic Funds Transfer ? Central Contractor Registration (Oct 2003). The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.212-7000 Offeror Representations and Certifications ? Commercial Items (Jun 2005) and 252.212-7001 Contract Terms and Condititons Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Apr 2007). The following clauses incorporated in 252.212-7001 are also applicable: 252.232-7003 Electronic Submission of Payment Requests (Mar 2007). In compliance with 252.232-7003, 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/. CLOSING DATE AND TIME: All questions regarding this requirement shall be submitted electronically to michael.d.dixon@usmc.mil no later than March 19th, 2008 to allow adequate time to prepare a response. All proposals must be submitted to the following address: Marine Corps Systems Command, Attn: Michael Dixon PG-16 (CT 023), 2200 Lester Street, Quantico, VA. 22134-6050. Offerors must submit proposals to ensure they reach destination by 15:00 (03:00PM) EST on March 26th, 2008. No facsimile offers will be accepted. All proposals must be clearly marked with RFQ No. M67854-08-Q-3019. Proposals received after the date and time specified will automatically be removed from consideration. No telephone calls will be accepted.
 
Web Link
MARCORSYSCOM - Website
(http://www.marcorsyscom.usmc.mil/)
 
Record
SN01531044-W 20080314/080312225000 (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.