Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2008 FBO #2510
SOLICITATION NOTICE

83 -- Presolicitation Notice for the Marine Corps General Purpose Medium Shelter (replaces M67854-08-R-3025)

Notice Date
10/8/2008
 
Notice Type
Presolicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
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
M6785409R3001
 
Point of Contact
Lisandra Torres E-mail Only lisandra.torres@usmc.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This Presolicitation Notice is being posted in advance of Solicitation No. M67854-09-R-3001 for the General Purpose Medium Shelter. Previously posted presolicitation notice M67854-08-R-3025 is being replaced by M67854-09-R-3001 and is no longer active. This commercial procurement is being issued as a total (HUBZone) small business set-aside under authority of FAR Part 19.1305. Any offer submitted to the resultant solicitation shall be in compliance with FAR 52.219-3 and 52.219-14. This is a Presolicitation Notice only; no proposals are being requested at this time. The Marine Corps System Command (MARCORSYSCOM), Chemical, Biological, Radiological, and Nuclear Defense Systems, has a requirement for General Purpose Shelters with 512 to 650 square feet of floor space. These shelters are to provide environmental protection for the United States Marine Corps field forces during the entire spectrum of military operations. Shelters shall include the following requireme! nts: they shall be mobile, durable, terrain-adaptable, all-weather, lightweight and have the ability to be quickly erected and struck and be suitable for use in the wide range of environmental conditions encountered during military operations. The estimated quantity is a maximum of 3,400 shelters. The NAICS code is 314912, Canvas and Related Product Mills, with a size standard of 500. Award will be made to the responsible HUBZone offeror whose offer represents the best value to the government, considering price and other factors. The shelters will initially be evaluated against stringent Go/No-Go criteria. These criteria are snow load, rain intrusion, wind load, detectability, and flame resistance. Shelters failing to meet one or more of the requirements stated in the forthcoming solicitation will be eliminated from the competition. The Government will use certified test data to verify snow load, rain intrusion and wind load. The Government will use certified test data and exterior fabric certifications (i.e. opacity) from the fabric manufacturers for detectability (including blackout capability and near infrared signature). The Government will use certifications from the fabric manufacturers to verify flame resistance for the following component fabrics: exterior material, liner, plenum and floor. Test methods will be identified in the forthcoming solicitation. All certified test data/test reports and certifications required MUST be submitted with the offeror's proposal. The test data/test r! eports and certifications the offeror submits as part of the written proposal shall CLEARLY DEMONSTRATE the proposed shelter meets all elements of these Go/No-Go criteria, as well as other requirements of the solicitation. If the offeror proposes a modified shelter design/model different from that reflected in the certified test/data reports and certifications and/or an alternate test method/certification than the methods/certifications identified, the offeror shall clearly explain any and all differences between the two. Such detailed explanation shall include why the submitted test data/certifications are technically relevant to the requirements and why additional testing on the proposed shelter is not required. If the test data/certifications and/or the explanation/justification submitted fails to satisfactorily address or meet these criteria, the offeror will be eliminated from consideration for award. Evaluation factors in addition to the Go/No-Go criteria will also be set forth in the forthcoming solicitation. It is anticipated that Solicitation No. M67854-09-R-3001 will be issued in the next couple of days and will be posted on the internet at the Federal Business Opportunities website located at the following address: http://www.fedbizopps.gov, and the Navy Electronic Commerce Online (NECO) website at http://www.neco.navy.mil. The on-line version of the solicitation will include all documents of the solicitation package. No hard copy of this solicitation will be issued. Amendments, if any, will be posted at the same location as the original solicitation. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a response. The proposal shall be submitted in hard copy form only. No electronic submission of proposals will be accepted. Those responding to the solicitation have the responsibility to obtain all ! amendments and/or other applicable documents. Offerors are instructed to hold all questions until the solicitation has been issued. Offerors shall submit ALL questions in writing to lisandra.torres@usmc.mil. NO PHONE CALLS WILL BE ACCEPTED. All items, materials, and components thereof submitted shall be in full compliance with the Berry Amendment (10 U.S.C 2533a), as modified in the National Defense Authorization Act for 2006 (Public Law 109-163) signed 6 January 2006. Offerors may be required to provide detailed information certifying compliance. In order to be eligible for award, interested parties must be registered into the Central Contractor Database (CCR), http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f25d427384ef62d40ff61bcaf6050a13&tab=core&_cview=1)
 
Record
SN01690043-W 20081010/081008215435-f25d427384ef62d40ff61bcaf6050a13 (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.