Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

71 -- Mobile Weapon Storage Rack Systems

Notice Date
5/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700111Q0157
 
Response Due
6/8/2011
 
Archive Date
6/23/2011
 
Point of Contact
Janeze Allison 910-451-3019
 
E-Mail Address
janeze.allison@usmc.mil
(janeze.allison@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION 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. A written solicitation will not be issued. Solicitation number M6700111Q0157 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This solicitation is issued as a 100% small business set-aside (See FedBizOpps Numbered Note #1). The North American Industrial Classification System (NAICS) code for this requirement is 337215 and the small business size standard is 500 employees. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. H&HS Armory, Marine Corps Air Station (MCAS), New River, NC has a requirement for the procurement of three (3) Mobile Weapon Storage Rack Systems to include delivery and installation. In accordance with FAR 52.212-1, submission of quote shall include the following: (1) Technical: Descriptive literature to include product and warranty information, ability to meet delivery/installation requirement; (2) Past performance: The vendor shall provide three references (not more than 3 years old) that are relevant in scope to this requirement. Include the following information: (a) Contract Number; (b) Dollar Value; (c) Award and Completion Dates; and (d) Agency point of contact information. Vendors with no past performance history will not be evaluated favorably or unfavorably; and (3) Price: All pricing quoted shall be FOB Destination. All responsible sources may submit a response which, if timely received, will be considered by the agency. All quotes submitted shall be the Contractor ™s Best Quote as it is the Government ™s intent to entertain one quote per Vendor only. Quotes will be evaluated and an award will be made without discussion with vendors, unless discussions are determined to be necessary. Award shall be made on a basis of Best Value to the Government. In accordance with FAR 52.212-2, the evaluation criteria for award are: (1) Technical; (2) Past Performance; and (3) Price. Technical acceptability will be based on the Vendor ™s ability to express to the Government its ability to meet the technical requirements. A mere statement that the Vendor will meet the Government requirement is NOT sufficient. The Vendor must clearly state how it will meet the requirement. NOTE: Technical and past performance, when combined, are considered to be significantly more important than price. Questions related to this solicitation shall be submitted to J. Allison-Freeman at janeze.allison@usmc.mil or (910) 451-3019, no later than, 2:00 P.M. EST, Friday, 3 June 2011. Questions received after 2:00 P.M. EST, Friday, 3 June 2011 will not be considered. Therefore, review the RFQ and these instructions thoroughly so all of your concerns /questions can be addressed. SITE VISIT: Offerors are advised to visit the MCAS New River in order to effectively submit a quote. Offerors and contracting personnel will meet at BLDG AS130 Bancroft Street. A site visit is scheduled for Thursday, 2 June 2011 at 9:00 A.M. (EST). Parties attending the site visit must contact Ms. J. Allison-Freeman via email, janeze.allison@usmc.mil, and provide company name, telephone number, number of persons attending by 12:00 Noon, 31 May 2011. MINIMUM GOVERNMENT SPECIFICATIONS: This requirement is for three (3) mobile weapon storage rack systems. The system is on a stationary platform and posess mechanical assist carriages with security locks. Mobile weapon storage rack systems shall be configured to store crew served weapons, specialized optics, standard service rifles, M4 carbines, pistols, sniper rifles, tripods for crew served weapons, and weapons specific individual equipment. The racks shall be in compliance with OPNAVINST 5530.13C (https://portal.navfac.navy.mil/portal/page/portal/NAVFAC/NAVFAC_WW_PP/NAVFAC_NFESC_PP/LOCKS/PDF_FILES/OPNAV-5530-13C.pdf) and MCO 5530.14a (http://www.marines.mil/news/publications/Documents/MCO%205530.14A.pdf). System shall achieve a minimum of 50% floor space reduction when compressed/closed. Installed system shall be expandable in order to accommodate unforeseen increases. Mobile weapon storage rack systems shall be designed for relocation with minimum technical assistance. Each system shall have 1-4 shelves, depending on the size of stored weapons. Each rack shall be capable of operating independently of other racks. ATTACHMENT 1 details the types and number of weapons per system. CLIN 0001: MOBILE WEAPON STORAGE RACK SYSTEM. Three stationary platforms. The dimension of the mobile weapons storage rack shall be a maximum (1  variation) 25  deep, 94  tall, and 219  wide. Ergonomic means of access/opening. Possess durable metal end panel.. Shall be non-marring, rust resistant, and capable of operating independently of each other. Must provide a minimum of 37  of aisle space between platforms when extended. Weight capacity is rated at 1,000 pound per linear foot. Quantity: 3 Each. F.O.B POINT: Destination CLIN 0002: INSTALLATION. Deliver all supplies directly to the required building at time of installation. Installation and trash disposal shall be coordinated with the government. GOVERNMENT-OWNED STORAGE FACILITIES WILL BE PROVIDED. Coordinate with Government Representative to determine location for installation. Unload, assemble, and install systems. Normal workdays on base are 0730 to 1600. Work outside those hours and on weekends can be arranged with the approval of the Government Representative. The following items shall be accomplished by the contractor at the end of each business day of installation: Ensure system is operable. Packing materials and all debris shall be removed and disposed of off base at contractor ™s expense. Contractor is advised to lock all storage vehicles/trailers and material handling equipment. The Government will not be liable for any stolen or damaged property that is left unsecured by the contractor. DELIVERY DATE: 30 Days ARO (After Receipt of Order) DELIVER TO: BLDG AS130 Bancroft Street, Marine Corp Air Station, NC 28545-1001. Quotes shall be received by the Contracting Department by 12:00 Noon, Wednesday, 8 June 2011, to be considered for award. Quoter may send quotes, via e-mail, to janeze.allison@usmc.mil, or the quotes may be mailed, shipped or faxed to (910) 451-2332. All portions of the quote, even those submitted separately via mail, fax, courier, email, or other shipment shall also be received by 12:00 Noon, Wednesday, 8 June 2011. Incomplete or late quotes will not be considered. The information submitted shall be clear and legible (Note: repetitively copied data loses its clarity and legibility). The address for submitting quotes, via United States Postal Service (USPS) is: Contracting Department, Attn: Janeze Allison-Freeman, Bldg 1116, Birch Street, Camp Lejeune, NC 28547-8368. If the method for submitting a quote is courier service, the delivery address is: Contracting Department, Attn: Janeze Allison-Freeman, BLDG 1116, Camp Lejeune, NC 28547. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.228-5 Insurance ”Work on a Government Installation; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FAR: https://www.acquisition.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.235-7010 Acknowledgment of Support and Disclaimer; 252.243-7001 Pricing of Contract Modifications; The following clauses apply under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items: FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post-Award Small Business Program Representation; 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-40 “ Notification of Employee Rights Under the National Labor Relations Act; 52.222-54 “ Employment Eligibility Verification; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following clauses apply under DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: FAR 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7002 Requests for Equitable Adjustment; DFARS 252.232-7003 Electronic Submission of Payment Requests; 252.247-7024 Notification of Transportation of Supplies by Sea. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: https://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0157/listing.html)
 
Place of Performance
Address: HHS Armory, Marine Corps Air Station, NC
Zip Code: 28544
 
Record
SN02460477-W 20110602/110531234625-30a61261b976e22ff1fc9f959b8a3fa4 (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.