Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

42 -- Request for Proposal - Air Bag Lift System

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333991 — Power-Driven Handtool Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND 2200 Lester Street Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785412R3023
 
Response Due
3/1/2012
 
Archive Date
3/30/2012
 
Point of Contact
Howard Girvin 703 432 3200
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Air Bag Lift System (ABLS) Tool Kit M67854-12-R-3023 This request for proposal (RFP) is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. Test Measurement & Diagnostic Equipment (PM TMDE), Marine Corps System Command has a requirement for an Air Bag Lift System (ABLS). The solicitation number for this requirement is M67854-12-R-3023. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53. This is a Firm Fixed Price Contract Type and a 100% small business set-aside. The NAICS Code for this requirement is 333991 with a size standard of 500 employees. The following contract line items (CLINS) apply: CLIN 0001, Air Bag Lift System, overpack with manual, up to 180 kits OPTION CLIN 0002, Air Bag Lift System, overpack with manual, up to 180 kits, to be exercised within 24 months of award. OPTION CLIN 0003, Air Bag Lift System, overpack with manual, up to 180 kits, to be exercised within 36 months of award This is an Indefinite Delivery/Indefinite Quantity (ID/IQ) requirement. A minimum of 45 ABLS will be ordered under the resulting contract. The contract maximum quantity will be 180 ABLS ™s. The maximum for CLIN 0001 is 180 ABLS. The maximum for Option CLIN 0002 is 180 ABLS. The maximum for Option CLIN 0003 is 180 ABLS. Under no circumstances will more than 180 ABLS be ordered under this contract, if the 180 maximum is ordered under the CLIN 0001, the Option CLINs will not be exercised. The delivery order minimum quantity will be 1 ABLS. For Option CLINs, orders may be placed up to 12 months after exercise of option. Individual delivery orders will specify quantities. DELIVERY/SHIPPING Delivery of First Production Unit: A.The Contractor shall deliver 1 (one) First Production unit, within 60 calendar days from the date of the first delivery order, to the Government for review and approval. The first delivery order will be inclusive of the First Production Unit and shall be shipped to the Government prior to any other units included in the delivery order. The Contracting Officer will notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first production unit. The First Production unit shall be shipped to the following address: DoDAAC: M95435 Supply Officer Marine Corps Systems Command 2201A Willis Street Quantico, VA 22134-6050 POC: MGySgt Steven Brown B.Within 90 calendar days of Government ™s acceptance and approval of the First Production Unit or 90 days after delivery order award, a minimum of 45 units shall be delivered. Within 120 calendar days of Government ™s acceptance and approval of the First Production Unit or 120 days after delivery order award, the remaining units shall be delivered. With the exception of the first unit, the contractor shall ship all units to the following address: DoDAAC: M98307 Maintenance Center Attn: Trades ATEP GPETE BLDG 2235 Albany, GA 31704-5000 POC: Andrew Nelson 229-369-6366 Statement of Work (SOW) attached. See Attachment (1) INSTRUCTIONS TO OFFERORS “ Addendum to FAR 52.212-1 Information submitted by the offeror must provide a description, to include photographs and/or drawings, in sufficient detail to show that the product offered meets the Government ™s requirement and contains all items as described in the SOW. Submitted information must address each enumerated requirement within Sections 3.0, 4.0, 5.0, 8.1, and 10.0 of the SOW and demonstrate how the offeror ™s proposal meets each requirement. Proposals must include a visual representation of the ABLS and a schematic showing the arrangement of all kit components within the ABLS. Technical proposals must not exceed 25 pages. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. Offerors must propose a unit price for each CLIN, a total CLIN price, and a total proposal price. Prices are to be FOB Destination. Offerors must submit the following signed self-certification in order for its offer to be considered responsive. The certification must be from the firm submitting the proposal and the certification must not have alternative wording: I (sign name here), in submitting this offer under solicitation number M67854-12-R-3023, affirm that only products compliant with the Berry Amendment (10 USC 2533a) will be delivered to the Government. As such, all items delivered either as end products or components, will be grown, reprocessed, reused, or produced in the United States (as defined in DFARS 252.225-7012(b) included by reference herein) or in the case of products containing components) and components supplied by subcontractors at any tier, and all labor (including that of all intervening processes), whether performed by the offeror or any of its subcontractors at any tier, except for the supply of end products containing specialty metals purchased by the subcontractor at any tier. EVALUATION PROCEDURES/BASIS FOR AWARD “ Addendum to FAR 52.212-2 The Government intends to award a Firm-Fixed Price (FFP) contract. Award will be made to the responsible offeror who: A) meets all required technical specifications as determined by documentation submitted with the proposal, and B) proposes the lowest proposal evaluated price. Evaluation Factors Technical acceptability will be established as follows: A.Offeror ™s proposed Tool Case shall comply with Section 3.0 of the SOW. B.Offeror ™s proposed components shall comply with Section 4.0 of the Statement of Work. Each proposed component shall conform to the corresponding component description in Section 4.0 of the SOW. C.Offeror ™s proposed Component Retention and Form shall comply with Section 5.0 of the SOW. D.Offeror ™s proposed Preservation and Packaging shall comply with Section 8.1 of the SOW. E.Offeror ™s proposed Warranty shall comply with Section 10.0 of the SOW. A response to each enumerate requirement within SOW sections 3.0, 4.0, 5.0, 8.1 and 10.0 is required in order to determine technical acceptability. Your responses will be rated as PASS or FAIL. Your proposal must rate as a PASS for all sections in order to be rated technically acceptable. Price evaluation will be conducted as follows: Proposed unit prices for each CLIN will be multiplied by the maximum CLIN quantity to yield the CLIN total proposed amount. The CLIN total proposed amounts will be added for CLIN 0001, Option CLINs 0002 and 0003 to yield the total proposal evaluated price. Offerors are encouraged to use Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a proposal. All qualified and responsible small business sources may submit a proposal, which shall be considered by the agency. Questions regarding subject RFQ must be submitted to Mr. Howard Girvin at Howard.Girvin@usmc.mil no later than 3:00 PM Local Time, 16 February, 2012 for consideration. Questions received after 3:00 PM Local Time, 16 February, 2012 may not be entertained. Offerors must submit their proposal no later than 3:00 PM Local Time, 01 March, 2012. Proposals received after 3:00 PM Local Time, 01 March, 2012 will not be considered for award. Proposals shall be clearly marked with RFP number M67854-12-R-3023. Proposals that do not include the required items may not be considered for award. Proposals submitted via email or facsimile will not be accepted. All proposals must be submitted via regular or overnight mail to the following address: Commanding General Marine Corps Systems Command Attn: Mr. Howard Girvin, PG-16, CT 23 2200 Lester Street Quantico, VA 22134-6050 APPLICABLE PROVISIONS AND CLAUSES Proposals received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Beginning January 1, 2005, the FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. ORCA also allows Government personnel to access your information online, thus eliminating the need for you to submit representations and certifications with each offer. To register in ORCA you will need an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company ™s ID and password into ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCA ™s homepage at http://orca.bpn.gov/help.aspx. Full text of FAR and DFARS provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm and ttp://farsite.hill.af.mil/VFDFARA.HTM, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by full text: 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the timeframe specified in the Option CLINs. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012); 52.212-3 Offeror Representations and Certifications -Commercial Items (Feb 2012); 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2012); 52.216-18, Ordering (Oct 1995); 52.216-19 Order Limitations (Oct 1995); 52.216-22, Indefinite Quantity (Oct 1995); 52.217-5 Evaluation of Options (Jul 1990); 52.219-6 Notice of Small Business Set-Aside (Nov 2011); 52.233-4 Applicable Law for Breach of Contract (Oct 2004). The Following Clauses incorporated in 52.212-5 are also applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.204-10 Reporting Executive compensation and First-Tier Subcontractor Awards (Feb 2012); 52.219-8, Utilization of Small Business Concerns (Jan 2011); 52.219-14, Limitations on Subcontracting (Nov 2011); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child labor-Cooperation w/Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans (Sep 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 2010); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007); 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011). The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.212-7000 Offeror Representations and Certifications “Commercial Items (Jun 2005); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dec 2011). The following clauses incorporated in 252.212-7001 are also applicable: 52.203-3 Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010); 252.225-7021, Trade Agreements (Oct 2011); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004); 252.227-7015 Technical Data “ Commercial Items (Dec 2011); 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 2011); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252-243-7002 Request for Equitable Adjustment (Mar 1998); 252-247-7023 Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). 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 (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785412R3023/listing.html)
 
Place of Performance
Address: DoDAAC: M98307 Maintenance Center
Zip Code: Attn: Trades ATEP GPETE
 
Record
SN02670283-W 20120210/120208234747-4d1bd1540dd67fa02829cc3463f5f49b (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.