Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

99 -- Snow Tire Chains

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785411R5025
 
Response Due
2/4/2011
 
Archive Date
3/4/2011
 
Point of Contact
Dennis G. Alber 540-658-8837 Angel Quick
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
1.This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. 2. Request for Proposal (RFP) M6785411R5025 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as an RFP. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) website at: https://www.bpn.gov/ccr/. 3. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 and through Department of Defense Acquisition Regulation Change Notice 20100713. It is the contractor ™s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm 4. This is an unrestricted procurement. This combined solicitation/synopsis incorporates the North American Industry Classification System (NAICS) Code for this requirement is 332618 with a size standard of 500 employees. 5. CLIN (0001) 5000 pairs/sets Tire Chains - Purchase and deliver heavy equipment snow tire chains that will be utilized on military vehicles with the following tire size: Michelin 16.00R20 XZL 170G Load Range M, MSPN 06306. The chains must be a continuous chain mess design such as a diamond pattern for maximum traction and smooth running performance pair, must be durable and specifically designed for harsh military environments such as off-road mountainous locations to operate on gravel or dirt road conditions. Delivery of the tire chains must begin no later than 30 days after receipt of award with the ability to deliver the full requirement within 90 days. The offeror shall provide a price for the CLIN 0001, to include shipping cost. Delivery time frame (provide estimated delivery time); partial delivery is acceptable. 6. The MARCORSYSCOM has a requirement for 5,000 pairs/sets of tire chains that will support the following tire specifications: 7. FOB-Destination for delivery to: DEFENSE DISTRIBUTION DEPOT RED RIVER ATTN: SUE GIBSON MRAP OPERATIONS 7TH AND AVE I BLDG 552N TEXARKANA TX 75507-5000 903-334-4946 8. The Government intends to award a Firm-Fixed Price (FFP) contract using FAR 15.101-2, Lowest Price Technically Acceptable. Award will be made to the responsible offeror offering a technically acceptable proposal with the lowest evaluated price. The Government intends to evaluate offers and award a contract without discussions. Initial offers should contain the offeror ™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. EVALUATION FACTORS/BASIS FOR AWARD Offeror be advised, the tire chains will be used on vehicles that travel on off-road conditions, particularly mountainous terrain. Therefore, please insure the tire chains you propose have the capacity to endure severe road conditions (i.e. military environments). Additionally, we request that all interested offerors provide a test tire chain pair/set to be evaluated by our technical team, unless the chains you are proposing have already passed similar or the same testing by a military or Government agency. If your proposed tire chains have passed the aforementioned testing, please provide the testing results or reference the contract (w/ Government POC) in which the testing was performed against along with your proposal. If the tire chain that is being proposed hasn ™t been evaluated, a military technical team will evaluate the performance of the tire chain through a simulated terrain at our testing center in Aberdeen, MD. The tire chain must pass the testing to be considered for award. Response will be rated as PASS or FAIL. Your proposal must rate PASS to be rated as technically acceptable. The test tire chain must be received no later than the 5 business days at the testing center after the closing date of the RFP or your proposal will not be considered for award. THE SUBMISSION OF THE TEST TIRE CHAIN IS AT THE SOLE EXPENSE OF THE OFFEROR. Please provide test tire chain to the following address: Commander (DODACC: W81C5M) U.S. Army Aberdeen Test Center 400 Colleran Rd Bldg 358 ATTN: Main POC: Jason Yost, Phone 410-278-6118 Alt POC: Dan Lissimore, Phone 410-278-6116 Aberdeen Proving Grounds, MD 21005-5059 Once the testing of the tire chain is completed, the tire chains will be returned to the offeror with the results of the testing. 9. The following provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. 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. You must be registered to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com -MCSC Local 4 USMC Wide Area Work Flow Implementation.; and DFARS 252.247-7023 Transportation of Supplies by Sea. 10. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION), and DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). 11. The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. 12. Quotes must be emailed to Angel Quick, angel.quick@usmc.mil. The closing date for all quotes is January 21, 2011 @ 16:00 EST. Contracting Office Address: MARCORSYSCOM JPO MRAP/Contracts 50 Tech Parkway Stafford, VA 22556 Primary Point of Contact: Dennis G. Alber dennis.alber@usmc.mil Phone: 540-658-8837
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411R5025/listing.html)
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT RED RIVER
Zip Code: ATTN: SUE GIBSON
 
Record
SN02363225-W 20110122/110120234233-3e58ef2c4ce4717b5f3939b99a00ce05 (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.