Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2011 FBO #3379
SOLICITATION NOTICE

38 -- Concrete Bucket All Terrain Crane (ATC)

Notice Date
2/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785411R5032
 
Response Due
3/23/2011
 
Archive Date
4/7/2011
 
Point of Contact
Kimberly M. Barnes 703-432-5001 Richard A. Augsburger
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
Concrete Bucket All Terrian Crane (ATC) Combined Synopsis/Solicitation The Marine Corps Systems Command has a requirement for Concrete Buckets to be employed by the All Terrain Crane (ATC). This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 subject Request for Proposal (RFP), M67854-11-R-5032 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-49. The NAICS code for this procurement is 333120. The Government anticipates issuing an ID/IQ Firm Fixed Price (FFP) commercial contract to the successful offeror. However, the Government reserves the right to award multiple contracts, depending on the quantity and delivery schedule offered. Award will be made on the basis of the lowest price, technically acceptable (LPTA) offer to the Government. Description The United States Marine Corps has a requirement for procurement and delivery of a maximum of fifty (50) each concrete buckets to include shipping, standard warranties and commercial manuals. Additionally, the contractor shall provide the requisite logistics and engineering support to ensure that delivery and product specifications are accomplished. The Concrete Bucket is to be employed by the All Terrain Crane (ATC) Terex Model MAC 50 and utilized in concrete placement operations. It is an upright type that weighs approximately 900 pounds and can carry wet concrete loads of 1.5 cubic yards. The Concrete Bucket ™s discharge gate is manually operated and controlled by a sole operator. It is designed to handle concrete of normal slump mixtures. The concrete bucket shall meet or exceed the performance objectives set forth in this solicitation. Military Standards and Specifications (Mandatory Compliance) MIL-STD-130 Identification Marking of U.S. Military Property MIL-STD-209Lifting and Tiedown Provisions Military Standards and Specifications (Guidance only) MIL-PRF-32216 - Performance Specification Evaluation of Commercial-Off-The-Shelf Manuals and Preparation of Supplemental Data Warranty Applicable manufacturer ™s warranty for parts and labor. Technical Manuals/Technical Data The contractor shall ensure that Government approved commercial manuals, catalogs, and associated publications supporting the Concrete Bucket are delivered with each Concrete Bucket to the required destination(s) as set forth in the contract. The manuals shall contain all technical information on the assembly, installation, operation, parts, troubleshooting and maintenance of commercial equipment. The manuals shall include a complete repair parts lists (including exploded views of all assemblies and subassemblies) and special tools lists. The parts list shall contain the end item, component, or assembly and all support items which, when combined, constitutes the end item component or assembly and shall include items such as parts, materials, connecting cabling, piping, and fittings required for the operation and maintenance of the end item, component, or assembly, part number, Commercial and Government Entity (CAGE) Code, cost, unit of issue, and item name. The contractor shall provide Supplemental Data for Provisioning that includes technical data which provides definitive identification of dimensional, material, or other characteristics adequate for provisioning of the end item. Unique Identification (UID) The contractor shall implement specific Item Unique Identification (IUID) markings, as defined in MIL-STD-130 and DFARS clause 252.211-7003. The contractor shall provide a IUID label at the system level as a Principle End Item. Capability Requirements At a minimum, the concrete bucket will provide the following characteristics and capabilities: “Width: 65 inches (maximum) “Length: 65 inches (maximum) “Height: 75 inches (maximum) “Weight: 900 pounds (maximum) “Cubic Yard Capacity: 1.5 (minimum) “Type: Upright “ round “Gate Lever: Manual “Lifting Bail: Bar Type or Plate type or One piece “Interface with ATC: The lifting bail of the concrete bucket shall be capable of connecting directly to the ATC ™s hook block (see attachment for hook block dimensions). The use of a bolt type anchor shackle (NSN 4030-01-175-3570) is allowed if needed to interface with the hook block. A second shackle shall be furnished for use as a spare when required for the hook block and concrete bucket interface. “Shipping skid: A reusable skid shall be provided with each concrete bucket to aid in the movement and storage of an empty concrete bucket. The material use for the skid shall be durable, corrosion resistant, and resistant to impact damage caused by material handling equipment and movement. Clamps or method of attaching the concrete bucket to the skid shall be provided to keep the bucket attached to the skid during movement. Fork pockets will be provided for entry on all four sides of the skid. The fork pockets shall have a minimum dimension of 10 inches wide by 3 inches high. The distance between the fork pockets (centerline to centerline) shall be 32 inches ±2 inches. “Transportability: Lifting provision on the lifting bail shall conform to MIL-STD-209. “The concrete bucket and shipping skid shall be black or military green. All surfaces shall be of limited reflectivity. “Data Plate: A data plate will be attached to the bucket identifying the Item Nomenclature; Model number; Manufacturer serial number; USMC registration number; Contract number; NSN; Date of Manufacturer; Ship Weight; Cage Code; Manufacturer name. Delivery Requirements: The contractor shall deliver units within 120 days of the date of Delivery Order (DO) award. The units will be shipped F.O.B. destination with inspection and acceptance at destination. Units will be shipped to the following locations: I MEF (Quantity of 8) Traffic Management Office Marine Corps Base Camp Pendleton, CA 92055 II MEF (8) Material Distribution Center Marine Corps Base Camp Lejeune, NC 28542 III MEF (Quantity of 9) Traffic Management Office Marine Corps Logistics Base Albany, GA 31704 War Reserve (Quantity of 5) Traffic Management Office Marine Corps Logistics Base Albany, GA 31704 Marine Forces Reserve (Quantity of 4) 6th Engineer Support Battalion 6735 North Basin Ave Portland, OR 97217 Marine Forces Reserve (Quantity of 4) MWSG 47 Selfridge Air National Guard Base Mt Clemons, MI 48045 Packaging: Packaging shall be in accordance with best commercial practices. Period of Performance: The total period of performance for the resultant contract will be 12 months after contract award. Proposal Submission: All proposals shall include pricing for F.O.B Destination, commercial warranty information for the products (s), CCR/ORCA information, company point of contact information,GSA contract number (if applicable, and payment discount terms. Each response must clearly and concisely address the capability of the Offeror (s) to meet all specifications and requirements. Offerors shall submit independent testing results to support claims of operational effectiveness. The Government will not assume that an Offeror possesses any capability, understanding, and/or commitment that is not specifically delineated and supported in its respective proposal. Page limit for proposal is twenty (20) pages. Pages beyond 20 will not be evaluated by the Government. Proposals shall be prepared using śArial ť or śTimes New Roman ť 12-point font style on 8 ˝ x 11 inch white paper with not less than 1 ť margins. Tables and illustrations may use a reduced font style, not less than 8 points. All material submitted must be single-spaced. Offerors shall ensure that each page provides identification of the submitted offeror, the RFP number, and page number in the header and footer. Offeror (s) shall submit their proposals via CD-ROM or e-mail. Emailed proposals are preferred. E-mail all proposal documents to the following email address: kimberly.m.barnes@usmc.mil and copy to richard.augsburger@usmc.mil. The email subject line should include the following text: śResponse to RFP M67854-11-R-5032 (company name here). ť All requests for further information must be in writing via email to the above email addresses. No questions received telephonically will be accepted. Terms and Conditions: This RFP document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-49. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/ or http://www.acqnet.gov/FAR. The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1 Instructions to Offerors- Commerical Items. Offerors Representations and Certifications- Commerical Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following FAR clauses also apply to this acquisition: 52.203-6 -- Restrictions on Subcontractor Sales to the Government; 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper; 52.204-7 Central Contractor Registration; 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-7 “ Information Regarding Responsibility Matters; 52.209-8 “ Updates of Information Regarding Responsibility Matters; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.216-18 “ Ordering; 52.216-19 -- Order Limitations; 52.216-22 -- Indefinite Quantity; 52.219-8 “ Utilization of Small Business Concerns. (DEVIATION); 52.219-9 -- Small Business Subcontracting Plan52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional contract terms and conditions applicable to this procurement are: Defense Federal Acquisition Regulation Supplement (DFARS ) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7004 Alternate A, Central Contractor Registration; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003 Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Buy American Act-Balance of Payments Program Certificate; 252.225-7000, Buy American Act and Balance of Payments Program; 252.225-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7012, Technical data “ Commercial Items; 252.227-7015, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; and FAR 52.252-2, Clauses Incorporated by Reference. Evaluation Factors: The following is incorporated by full text into FAR 52.212-2: (a) The Government will award a contract resulting from this solicitation to the responsible contractor whose proposal represents the Lowest Priced, Technically Acceptable (LPTA) offer to the Government. The following factors will be used to evaluate offers: 1. Technical acceptability. Proposals shall demonstrate that the product offered complies with the technical requirements through submission of a written capability statement and independent testing results to support claims of operational effectiveness. Capability statements should detail any experience with Concrete Buckets in general. Offerors shall specifically address their ability to meet the Government ™s required delivery schedule. 2. Price. Proposals shall be evaluated but not assigned an adjectival rating. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. 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. (End of Provision) Offerors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 1400, Eastern Time (EST) on 10 March 2011. Submit offers via email to kimberly.m.barnes@usmc.mil and copy to richard.augsburger@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411R5032/listing.html)
 
Record
SN02384879-W 20110224/110222234258-9dfd58571237d0df5c4568b127eabe9e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.