Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2006 FBO #1515
SOLICITATION NOTICE

41 -- Tool Kit, Air Conditioning (TKAC)

Notice Date
1/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406R3005
 
Response Due
2/14/2006
 
Archive Date
3/16/2006
 
Description
This requirement 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 the only solicitation; proposals are being requested and a written solicitation will not be issued. Marine Corps Systems Command has a requirement for deployable Tool Kits, Air Conditioning (TKAC). The solicitation number for this requirement is M67854-06-R-3005. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-08. This is an unrestricted procurement. The NAICS Code for this requirement is 336391 with a size standard of 750 employees. The following contract line items (CLINS) apply: CLIN 0001, up to 40 units; CLIN 0002, option for up to 55 additional units, to be exercised within 365 days of contract award; CLIN 0003, option for up to 55 additional units, to be exercised within 365 days of exercise of option CLIN 0002; CLIN 0004, up to 55 additional units, to be exercised within 180 days of exercise of CLIN 0003. No more than 150 TKAC units will be acquired under the contract resulting from this solicitation. DELIVERY/SHIPPING INSTRUCTIONS: Prices shall be FOB destination, delivery to COMMANDING OFFICER, ATTN: DAN TRUETT, TRADES ATEP GPETE, MARINE CORPS LOGISTICS COMMAND, 814 RADFORD BLVD, BLDG 2235, ALBANY, GA., 31704-1128. Required delivery date is 90 days after contract award for CLIN 0001, and 90 days after exercise of option for increased quantities for CLINS 0002, 0003 and 0004. Inspection and Acceptance for all CLINS shall be Destination. Shipping information to be submitted to MARCORSYSCOM (Code CESS TMDE) at least 20 days prior to start of delivery. PACKAGING AND MARKING REQUIREMENTS: Level of packaging to be COMM ASTM D3951-98, Level of packing to be Commercial. Mark For MR DAN TRUETT, Phone No. 229.639.6399, facsimile 229.639.6013, email malcolm.truett@usmc.mil. EVALUATION PROCEDURES/BASIS FOR AWARD 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 who 1) meets all required technical specifications as determined by an evaluation of documentation submitted with the proposal; and 2) proposes the lowest evaluated price. 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 statement of work. Submitted information must address each numbered paragraph and subparagraph under Section 3, REQUIREMENTS of the statement of work and affirmatively demonstrate how the offeror?s proposal meets each requirement. Proposal must include a visual representation of the Transport Container and a schematic showing the arrangement of all kit components within the Transport Container. 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. Price Evaluation: Offerors are to propose stepladder pricing as follows: CLIN 0001, 20-30 units $ xx, 31-40 units $ xx, ; CLIN 0002, 1-15 units $ xx, 16-25 units $ xx, 26-45 units $ xx, 46-55 units $ xx; CLIN 0003, 1-15 units $ xx, 16-25 units $ xx, 26-45 units $ xx, 46-55 units $ xx; CLIN 0004, 1-15 units $ xx, 16-25 units $ xx, 26-45 units $ xx, 46-55 units $ xx. For purposes of price evaluation, offerors? proposed unit prices for each step in each CLIN will multiplied by the maximum number of units in that step. The resulting step evaluated prices will be added together for each CLIN. This sum will be divided by the total of all step maximum quantities within the CLIN to yield the average CLIN unit price. The average CLIN unit price will be multiplied by the CLIN maximum quantity to yield the total evaluated CLIN price. The total evaluated CLIN prices will be added to yield the total evaluated price. Example. Offeror proposal is as follows: CLIN Range Proposal Range Max Step Evaluated Price 0001 20-30 20.00 x 30 = 600.00 31-40 15.00 x 40 = 600.00 Tot. Step Max Qty: 70 Average CLIN 0001 unit price: (600.00+600.00)/70 = 17.14 Total Evaluated CLIN 0001 price: 17.14 x 40 = 685.60 0002 1-15 40.00 x 15 = 600.00 16-25 30.00 x 25 = 750.00 26-45 20.00 x 45 = 900.00 46-55 10.00 x 55 = 550.00 Tot. Step Max Qty: 140 Average CLIN 0002 unit price: (600.00+750.00+900.00+550.00)/140=20.00 Total Evaluated CLIN 0002 price: 20.00 x 55 = 1100.00 0003 1-15 40.00 x 15 = 600.00 16-25 30.00 x 25 = 750.00 26-45 20.00 x 45 = 900.00 46-55 10.00 x 55 = 550.00 Tot. Step Max Qty: 140 Average CLIN 0003 unit price: (600.00+750.00+900.00+550.00)/140=20.00 Total Evaluated CLIN 0003 price: 20.00 x 55 = 1100.00 0004 1-15 40.00 x 15 = 600.00 16-25 30.00 x 25 = 750.00 26-45 20.00 x 45 = 900.00 46-55 10.00 x 55 = 550.00 Tot. Step Max Qty: 140 Average CLIN 0004 unit price: (600.00+750.00+900.00+550.00)/140=20.00 Total Evaluated CLIN 0004 price: 20.00 x 55 = 1100.00 TOTAL EVALUATED PRICE: 685.60 (CLIN 0001) + 1100.00 (CLIN 0002) + 1100.00 (CLIN 0003)+ 1100.00 (CLIN 0004)= 3985.60 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 responsible business sources may submit a proposal, which shall be considered by the agency. 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 http://farsite.hill.af.mil/VFDFARA.HTM, respectively . The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items (Jan 2005), 52.212-3 Offeror Representations and Certifications -Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions - Commercial Items (Sep 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2006)., 52.217-5 Evaluation of Options (Jul 1990), 52.217-7 Option for Increased Quantity ? Separately Priced Line Item (MAR 1989). The Following Clauses incorporated in 52.212-5 are also applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-9, Small Business Subcontracting Plan (Jul 2005), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child labor-Cooperation w/Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible for award (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, Other Eligible Veterans (Dec 2001), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.225-5 Trade Agreements (Jan 2006), 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) and 52.247-34 F.o.b. Destination (Nov 1991). The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Sep 2004), 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Mar 1998), 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 2005). The following clauses incorporated in 252.212-7001 are also applicable: 52.203-3 Gratuities (Apr 2004), 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996), 52.225-7012 Preference for Certain Domestic Commodities (Jun 2004), 252.225-7021 Trade Agreements (Dec 2005), 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 (Nov 1995), 252.227-7037 Validation of! Restrictive Markings on Technical Data (Sep 1999), 252.232-7003 Electronic Submission of Payment Request (Jan 2004), 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. All questions regarding this requirement shall be submitted electronically to mark.sanderson@usmc.mil no later than January 31, 2006 to allow adequate time to prepare a response. All proposals must be submitted to the following address: Commanding General, Marine Corps Systems Command, Attn: Mark Sanderson, CTQ3MS, 2200 Lester Street, Quantico, VA 22134-6050. Offerors must submit proposals to ensure they reach destination by 3:00 PM Eastern Time, February 14, 2006. No facsimile offers will be accepted. All proposals must be clearly marked with RFP M67854-06-R-3005. Proposals received after the date and time specified will not be considered.
 
Record
SN00967714-W 20060119/060117220944 (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.