Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

69 -- MOCK AFGHANISTAN VILLAGE (Relocatable & Portable)

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
M6785409Q8135
 
Response Due
8/3/2009
 
Archive Date
8/13/2009
 
Point of Contact
Ashley Roberson (407) 380-8484
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Parts 12.6 & 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34, effective 01July 2009. This is a 100% Small Business Set-Aside. All responsible small business sources may submit a quote, which if received timely, will be considered by the Contracting Officer, Program Manager, Training Systems (PM TRASYS), Orlando, FL. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/ solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The Navy Expeditionary Combat Command (NECC) has a Brand Name Or Equal requirement to purchase twenty (20) Re-locatable Housing Units (RHUs) or equal products to include training and installation, with the salient characteristics provided below and (1) Security Compound or equal product with salient characteristics also listed below. REQUIRED SALIENT CHARACTERISTICS: (20) Re-locatable Housing Units (RHUs) 1. Must include (6) 8ft x 12ft RHUs.2. Must include (6) 12ft x 16ft RHUs.3. Must include (2) 12ft x 32ft RHUs.4. Must include (6) Two-story (8ft x 12ft each story) RHUs.5. Must be easily assembled/disassembled by 2-4 persons using minimal hand tools. 6. Must resemble Afghanistan village structures in appearance.7. Must have (2) doors and (2) window openings. Each door must be "breachable" and replaceable at low cost.8. Must have a hidden compartment for a weapons cache.9. Must be made of long-lasting materials suitable for year-round military training. 10. Must include installation and training. REQUIRED SALIENT CHARACTERISTICS: Security Compound1. Must provide a total of 320 linear ft of 6ft high walls that will resemble an Afghani courtyard/compound in appearance. 2. Must be easily assembled/disassembled by 2-4 persons using minimal hand tools. 3. Must include (7) Pedestrian Gates in the compound walls.4. Must include (2) Vehicle Gates in the compound walls.5. Must include (5) Fruit Stands with merchandise.6. Must include (5) Vendor Carts with merchandise.7. Must include (5) miscellaneous Vendor Stands (CD, DVD, Rolex, etc).8. Must include internal and external set dressings (furniture, furnishings, dressings, and props to resemble a typical Afghani courtyard.9. Must be made of long-lasting materials suitable for year-round military training.10. Must include installation and training. Quotes may be provided for the RHU's and Security Compound as brand name `products or for a proposed "equal" piece of equipment fulfilling all the above specifications. If an offeror believes they have an equal product which meets all the features and functionality of the items listed above, they may submit a quote for that product. It will be evaluated for technical acceptability. If it is determined by the Government to be an equal product it will be evaluated along with all other technically acceptable offers. If it is determined by the Government not to be an equal product, the offer will not be considered for award. REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed price to include shipping and handling charges based on F.O.B Destination. Buy American Act and certification of compliance is required and must be submitted with quote (see DFARS clause 252.225-7001) Provide pricing for each of the following line items:Line Item 0001, 8x12 Portable Structure, 6eaLine Item 0002, 12x16 Portable Structure, 6eaLine Item 0003, 12x32 Portable Structure, 2eaLine Item 0004, Two Story Portable Structure,6eaLine Item 0005, Courtyard Walls (320 LF), 1lotLine Item 0006, Courtyard Gates, 7eaLine item 0007, Vehicle Gates, 2eaLine Item 0008, Fruit Stands, 5eaLine Item 0009, Vendor Carts, 5eaLine item 0010, Portable Vendor Carts, 5eaLine Item 0011, Internal/External Set Dressing, 1LotLine Item 0012, Assembly/Disassembly, 2Lot InstructionsNote: Pricing for line items 0001-0012 shall be in accordance with the statement of work, paragraph 2 and paragraph 3 to include delivery, installation, setup and training. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identificationnumber, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 shall be completed in hard copy and submitted with quote. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, must be completed, signed and returned with quote. The certificate can be obtained at http://farsite.hill.af.mil/. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) Quotes must be received no later than 1200 pm Eastern Standard Time, 3 August 2009 at Program Manager for Training Systems, 12350 Research Parkway, Orlando, Fl 32826. Questions and responses should be addressed to the Primary POC Ashley Roberson, PM TRASYS Contracts, (407) 380-8484, ashley.roberson.ctr@usmc.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. The provision at FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government intends to evaluate offers and award a contract without discussions with offerors. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. If an offer is not technically acceptable it will not be considered. Factor 1 - Technical CapabilityFactor 2 - Price Evaluation Process:1. Each proposal that meets the requirement of this solicitation will be evaluated. Evaluations are based on the Offerors Proposed Package.2. All factors shall be evaluated on the completeness, conciseness, and relevance of information provided, as stated in this solicitation and Statement of Work.3. The Government is concerned with making an award based upon technical acceptability.4. The Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any or all Offerors; and to award a contract to the offeror submitting a proposal determined by the Contracting Officer to be most advantageous to the Government, cost or price or other factors considered. Factor 1: Technical CapabilityIn order to be considered for award, the offeror's technical proposal must be rated as acceptable. To be determined technically acceptable, the offeror must demonstrate in their quote that they can meet the requirements as stated in the statement of work, in its entirety. Failure to submit any of the listed requirements will result in the offeror's technical proposal being determined technically unacceptable. Factor 2: PriceOnly price proposals submitted by offeror's whose technical proposal are determined to be technicallyacceptable will be considered for evaluation. Proposed prices will be evaluated using the price analysis techniques prescribed in FAR 13.106-2 to determine price reasonableness. The standard is met when the price is determined fair and reasonable in accordance with FAR 12.209. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The provision at 52.211-6, Brand Name or Equal (Aug 1999)(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by-(i) Brand name, if any; and(ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.(End of provision) The following clauses apply to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: Addendum to FAR 52.212-4(c) ChangesText in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b))(End of Addendum) FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may beaccessed electronically at this address: http://farsite.hill.af.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.219-6 Notice Of Total Small Business Set-Aside, JUN 200352.219-8 Utilization of Small Business Concerns, MAY 200452.222-3 Convict Labor, JUN 200352.222-21 Prohibition Of Segregated Facilities, FEB 199952.222-26 Equal Opportunity, MAR 200752.222-36 Affirmative Action For Workers With Disabilities, JUN 199852.222-41 Service Contract Act of 1965, as Amended, JUL 200552.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment, FEB 200252.225-13 Restrictions on Certain Foreign Purchases, JUN 200852.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, OCT 200352.233-3 Protest After Award, AUG 199652.233-4 Applicable Law for Breach of Contract Claim, OCT 2004 The following FAR/DFARS provisions and clauses are incorporated by reference and apply to this acquisition: 52.204-7Central Contractor Registration APR 200852.212-1Instructions to Offerors--Commercial ItemsJUN 200852.212-2Evaluation - Commercial ItemsJAN 199952.212-3 Offeror Representations and Certifications - Commercial Items Alternate IJUN 2008 52.212-4Contract Terms& Conditions--Commercial ItemsFEB 200752.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial ItemsDEC 200852.219-1Small Business Program RepresentationsMAY 200452.225-18Place of ManufactureSEP 200652.252-2Clauses Incorporated by ReferenceFEB 1998252.212-7000Offeror Representations and Certifications - Commercial ItemsJUN 2005252.212-7001Contract Terms And Conditions Required to Implement Statutes Or Executive Orders Applicable to Defense Acquisitions Of Commercial Items (Deviation)MAR 2008252.232-7003Electronic Submission of Payment RequestsMAR 2008252.247-7023Transportation Of Supplies By SeaMAY 2002 For full text clauses visit http://farsite.hill.af.mil/VFFARA.HTM part 52 for FAR clauses; http://farsite.hill.af.mil/vfdfara.htm subpart 52 for DFARS clauses.DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) and 252.232-7003, ElectronicSubmission of Payment Requests (Aug 2007).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785409Q8135/listing.html)
 
Record
SN01877612-W 20090718/090717000234-9c802ced037043dff0109689b4b63fad (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.