SOLICITATION NOTICE
U -- VEHICLE SAFETY PROMOTION CAMPAIGN
- Notice Date
- 2/2/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- M67001 Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700105Q0032
- Response Due
- 2/10/2005
- Archive Date
- 3/12/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26 dated 19 January 2005 and DFARS Change Notice DCN # 20050113. This acquisition is 100% Small Business Set-Aside. The associated NAICS code is 611430 and small business size standard is $6.0M. Marine Corps Base Camp Lejeune intends to award a firm fixed price contract for a multi-media based vehicle safety promotion campaign aimed at reducing the current proliferation of vehicle related mishaps among Marines and sailors. Contract requirements follow: 0001 - Contractor will provide 30 non-consecutive days of presentations, spr! ead over a one year period of performance, with three presentations per day. First presentations to be provided in late March 2005. Subsequent presentations to be scheduled by the Marine Corps Base, Camp Lejeune throughout the year with advance notification given to the provider. Audience size at each presentation will vary depending on the venue and type of presentation but anticipate a total audience for the one year period to be at minimum 30,000 driving age adults. Audience will consist primarily of Marines, sailors and family members who are driving age. Both on base and off base venues will be utilized and mutually agreed upon. Presentations will include but not be limited to celebrity guest speakers, brochures, and handouts as well as demonstrations, exhibits, and appropriate displays. Based on the demographics of the audience, utilization of NASCAR celebrities, race car drivers, race cars, and exhibits are particularly desired. Electronic access to automotive! experts such as A.S.E. certified mechanics, automotive engineers and designers to provide expert advice on automotive questions. The contractor shall produce a safe driving DVD for reproduction and later distribution as a training resource for Marines, sailors and their families worldwide. Vehicle Safety Campaign will focus on the following: individual driver responsibilities; leadership responsibilities; the impact/dangers that alcohol and drugs have on driver abilities; the dangers of excessive speed; driver training and experience; driver alertness and fatigue, mechanical upkeep of vehicles, and, vehicular design and performance capabilities. The presentations will target leaders that have daily contact with junior Marines and sailors. The goal of this safety campaign is to reduce motor vehicle accidents and deaths involving Marines, sailors, and civilians assigned to the Marine Corps Base Camp Lejeune area by at least 50 percent within two years. First presentatio! ns are to be provided in late March 2005. The provision at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. 52.212-2, Evaluation -- Commercial Items. This is a best value acquisition. Offers will be evaluated on: (1) technical capability of the offeror to meet the requirement; (2) past performance; and, (3) price. Technical capability and past performance, when combined, are significantly more important than price. However, the importance of price as an evaluation factor will increase with the degree of equality of proposals in relation to the other factors. The winning proposal will be that proposal that offers the best value to the Government considering both technical factors and price. A minimum of three (3) references are to be submitted with quote. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, an offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual r! epresentations and certifications electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items to include 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era , and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.243-7001 Pricing of Contract Modifications; DFARS 252.232-7003 Electronic Submissio! n of Payment; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items, clauses checked: 252.225-7001, 252.243-7002, 252.247-7023; DFARS 252.209-7001 Disclosure of ownership or control by the government of terrorist country. Offerors must be registered in the CCR (Central Contractor Registration) database. Lack of registration in the CCR will make an offeror ineligible for award. Information may be obtained by calling (888) 227-2423 or via the Internet at http://www.ccr.gov. As a condition of contract award, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DOD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for! complete visibility throughout the acceptance and payment process. The web-site for registration is <https://wawf.eb.mil> . WAWF training can be accessed at http://www.wawftraining.com. All responsible sources may submit an offer, which will be considered. Written quotes should be received no later than 4:00 p.m. Thursday, 10 February 2005 via facsimile (910) 451-1647, emailed to janice.makinson@usmc.mil, mailed to Contracting Division, P.O. Box 8368, Camp Lejeune, NC 28547-8368 or courier delivery to Contracting Division, Bldg 1116, MCB, Camp Lejeune, NC 28547-8368. The points of contact for this acquisition are: Janice Makinson (910) 451-3017 or Lisa Williams, (910) 451-3095. ANY FURTHER INQUIRIES SHOULD BE DIRECTED TO JANICE MAKINSON VIA FAX, 910-451-1647, OR EMAIL. See Numbered Note 1
- Record
- SN00744656-W 20050204/050202212321 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |