Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

42 -- Marine Combat Rescue Slings

Notice Date
9/3/2008
 
Notice Type
Presolicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785408R3047
 
Response Due
9/10/2008
 
Archive Date
9/25/2008
 
Point of Contact
Jenny Day 703-432-3270 Jenny Day(703) 432-3270jennifer.day@usmc.mil<br />
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number M67854-08-R-3047 is issued as a Request for Proposal (RFP), and IS SUBJECT TO THE BERRY AMENDMENT. Marine Corps Systems Command has a requirement for a total of 11,760 Marine Combat Rescue Slings (MCRS) for use in a hostile/combat environment in order to facilitate rapid and efficient extraction of casualties from point of injury to a designated casualty collection point. The MCRS will also provide a mechanical advantage for lifting and carrying. It will be ideal for mountain, swift water, and urban rescue. The MCRS will facilitate drags and lifts from vulnerable positions and perm! it rapid extraction from confined spaces. It will provide lifting points and carry handles in lieu of a stretcher. It will be implemented within Fireteams. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-26, effective 12 June 2008. This is 100% small business set-aside. The NAICS Code for this requirement is 423840 (Industrial Supplies Merchant Wholesalers) with a size standard of 100 employees. The following contract line items (CLINs) apply: CLIN 0001 AA - 3,653 units delivery to Marine Corps Base (MCB) Camp Lejeune, NC 28542-5000; CLIN 0001 AB - 3,448 units delivery to MCB Camp Pendleton, CA 92055-5000; CLIN 0001 AC - 1,811 units delivery to Tracy, CA 95304-5000; CLIN 0001 AD - 116 units delivery to Marine Corps Special Operation Capable (MARSOC) Camp Lejeune, NC 28542-5703; CLIN 0001 AE - 116 units delivery to MARSOC Camp Pendleton, CA 92055-5000; CLIN 0001 AF - 40 units delivery to Fi! eld Medical Training Battalion Camp Johnson, NC 28540; CLIN 0001 AG - 40 units delivery to Field Medical Training Battalion MCB Camp Pendleton, CA 92055-5253; and CLIN 0001 AH - 2,536 units delivery to MCLB Albany, GA 31704-5000; for a total of 11,760 units. The contract resulting from this combined synopsis/solicitation will be a firm-fixed price contract. DELIVERY/SHIPPING INSTRUCTIONS: Prices shall be FOB Destination, delivery to the following: CLIN 0001 AA - 3,653 units delivery to TMO Building 1011 M/F MML 151 Initial Issue Point ACCT-ERD Marine Corps Base Camp Lejeune, NC 28542-5000, Attn: Raul Cardenas 910-451-2327/910-382-4156; CLIN 0001 AB - 3,448 units delivery to TMO Building 2262 M/F MMC160 Initial Issue Point IIP Prov. ACCT 1st Supply BN IIP Camp Pendleton, CA 92055-5000, Attn: SSgt Lopez 760-725-4261; CLIN 0001 AC - 1,811 units delivery to W62N2A XY DEF DIST DEPOT San Joaquin, CCP FFT Whse 30, 25600 South Chrisman Rd Tracy, CA 95304-5000, Attn: GySgt Salazar S. 315-637-2473 or Leonard Houston 315-637-2425; CLIN 0001 AD - 116 units delivery to TMO M/F Building 1101 M20970 Marine Corps Special Operation Capable (MARSOC) Material Distribution Center Camp Lejeune, NC 28542-5703, Attn: MSgt Jackson 910-451-3138; CLIN 0001 AE - 116 units delivery to TMO Building 2262 M/F 20920 1st Marine Special Operation BN MCB Camp Pe! ndleton, CA 92055-5000, Attn: MSgt Jackson 910-451-3138; CLIN 0001 AF - 40 units delivery to Field Medical Training Battalion Company F Road Building M326 Camp Johnson, NC 28540, Attn: SSgt Median 910-450-1302/1305; CLIN 0001 AG - 40 units delivery to TMO Building 2262 M/F 33950 Field Medical Training Battalion MCB Camp Pendleton, CA 92055-5253, Attn: HM1 Padilla 760-725-6459/2559/2672; and CLIN 0001 AH - 2,536 units delivery to TMO Building 1221 DR 20 M/F STAP MARFORRES Building 1351 DR 20 Special Operation Trng Allow Pool MCLB Albany, GA 31704-5000; for a total of 11,760 units. Delivery shall commence no later than 60 days after contract award. The delivery schedule is as follows: For CLIN 0001 AA - 2,000 shall be delivered by 25 November 2008 and 1,653 delivered by 25 February 2009; CLIN 0001 AB - 2,000 shall be delivered by 23 December 2008 and 1,448 delivered by 25 March 2009; CLIN 0001 AC - 1,811 shall be delivered by 22 January 2009; CLIN 0001 AD - 116 shall be d! elivered by 25 February 2009; CLIN 0001 AE - 116 shall be delivered by 25 February 2009; CLIN 0001 AF - 40 shall be delivered by 25 February 2009; CLIN 0001 AG - 40 shall be delivered by 25 February 2009; and CLIN 0001 AH - 536 shall be delivered by 25 March 2009 and 2,000 delivered by 23 April 2009. Inspection and Acceptance for CLINs 0001 AA - CLIN 0001 AH shall be FOB Destination. TECHNICAL REQUIREMENTS: The contractor should be able to provide 11,760 Marine Combat Rescue Slings (MCRS) meeting the following characteristics: 1) The MCRS shall be made of nylon material, with a tensile strength of at least 4500 pounds. 2) It shall consist of no more than five (5) loops with a length of two (2) feet and made of obscure color to minimize signature. 3) The maximum weight shall not exceed twelve (12) ounces and its length shall not surpass ten (10) feet. 4) User shall be able to fold the MCRS into a 10"x2" configuration that can be easily stowed in an assault pack, tactical pouch, or the cargo pocket of the utility uniform. Marines using bare hands or gloves (flame resistant or cold weather gloves) shall be able to operate the MCRS. 5) The MCRS shall be operational in cold temperatures between -13 to 50 degrees F, and hot temperatures between 91 to 160 degrees. 6) Material shall be able to support 390 lbs. EVALUATION PROCEDURES/BASIS FOR AWARD: The Government intends to award a Firm-Fixed Price (FFP) contract using FAR Part 15.101-2, Lowest Price Technically Acceptable. Award will be made to the responsible offeror who 1) meets all required technical specifications as determined by an evaluation of documentation submitted with the proposal; and 2) proposes the lowest evaluated price. Information submitted by the offeror must provide a written technical proposal, in sufficient detail to show that the product offered meets the Government's requirement and incorporates all characteristics as described in the statement of work. Proposal must include a sample Marine Combat Rescue Sling. Technical proposals must not exceed ten (10) pages and must address the six (6) areas above. Offerors who fail to provide a sample will not be considered for award. The Government intends to evaluate offers and award a contract without discussions with offerors. Offers should contain the offe! ror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Price Evaluation: CLIN 0001 AA unit price will be multiplied by CLIN 0001 AA quantity (3,653) to determine total CLIN 0001 AA price. CLIN 0001 AB unit price will be multiplied by CLIN 0001 AB quantity (3,448) to determine total CLIN 0001 AB price. CLIN 0001 AC unit price will be multiplied by CLIN 0001 AC quantity (1,811) to determine total CLIN 0001 AC price. CLIN 0001 AD unit price will be multiplied by CLIN 0001 AD quantity (116) to determine total CLIN 0001 AD price. CLIN 0001 AE unit price will be multiplied by CLIN 0001 AE quantity (116) to determine total CLIN 0001 AE price. CLIN 0001 AF unit price will be multiplied by CLIN 0001 AF quantity (40) to determine total CLIN 0001 AF price. CLIN 0001 AG unit price will be multiplied by CLIN 0001 AG quantity (40) to determine total C! LIN 0001 AG price. CLIN 0001 AH unit price will be multiplied by CLIN 0001 AH quantity (2,536) to determine total CLIN 0001 AH price. Total CLIN 0001 AA price, total CLIN 0001 AB price, total CLIN 0001 AC price, total CLIN 0001 AD price, total CLIN 0001 AE price, total CLIN 0001 AF price, total CLIN 0001 AG price, and total CLIN 0001 AH price will be added together to determine total evaluated proposal price. Offerors are encouraged to use Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a proposal. All qualified responsible small business sources may submit a proposal, which shall be considered by the Agency. APPLICABLE PROVISIONS AND CLAUSES: Proposals received without the completed copy of the provision at FAR 52.212-3 may 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 Id! entification 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.m! il/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 reference: The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008)52.212-2 Evaluation - - Commercial Items52.212-3 Offeror Representations and Certifications -Commercial Items (Jun 2008)52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2008)52.217-5 Evaluation of Options (Jul 1990)52.217-7 Option for Increased Quantity - Separately Priced Line Item (Mar 1989)52.219-6 Notice of a Small Business Set-Aside (Jun 2003)52.219-14 Limitations on Subcontracting (Dec 1996)52.246-2 -- Inspection of Supplies -- Fixed-Price (Aug. 1996)52.247-34 F.o.b. Destination (Nov 1991) The Following Clauses incorporated in 52.212-5 are also applicable: 52.233-3 Protest After Award (AUG 1996)52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)52.222-3 Convict Labor (June 2003)52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008)52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-26 Equal Opportunity (Mar 2007)52.222-50 Combating Trafficking in Persons (Aug 2007)52.225-13 Restrictions on Certain Foreign Purchases (June 2008)52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.204-7003 Control of Government Personnel Work Product (Apr 1992)252.204-7004 Central Contractor Registration Alternate A (Sep 2007) 252.211-7003 Item Identification and Valuation (JUN 2005)252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2008).252.223-7001 Hazard Warning Labels (Dec 1991)252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005)252.225-7031 Secondary Arab Boycott of Israel (Jun 2005)252.232-7010 Levies on Contract Payments (Dec 2006)252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-70001 are also applicable: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005)252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003)252.225-7012 Preference for Certain Domestic Commodities (Jan 2007)252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Mar 2007)252.227-7015 Technical Data - Commercial Items (Nov 1995)252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999)252.232-7003 Electronic Submission of Payment Request (Mar 2008)252.247-7023 Transportation of Supplies by Sea (May 2002) Alternate III (May 2002) 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 regarding this requirement shall be submitted electronically to jennifer.day@usmc.mil no later than 2:00 PM Local Time, 04 September 2008 to allow adequate time to prepare a response. All proposals must be submitted to the following address: Commanding General, Marine Corps Systems Command, Attn: Jenny Day, CTQ023JD, 2200 Lester Street, Quantico, VA 22134-6050. Offerors must submit proposals to ensure they reach destination by 3:00 PM Local Time, 10 September 2008. No facsimile offers will be accepted. All proposals must be clearly marked with RFP M67854-08-R-3047. Proposals and samples received after the date and time specified will not be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e0eb2d108ba5795451b1fb2d84c38724&tab=core&_cview=1)
 
Record
SN01658255-W 20080905/080903223303-7efca55ee97693329cb0c4ccefb058d0 (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.