Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2009 FBO #2650
SOLICITATION NOTICE

61 -- 24 Volt Radio Power Adapter Combined Synopsis/Solicitation

Notice Date
2/25/2009
 
Notice Type
Presolicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785409R5040
 
Response Due
4/10/2009
 
Archive Date
4/25/2009
 
Point of Contact
William Nelson 703-432-5011
 
Small Business Set-Aside
Total Small Business
 
Description
24 VOLT RADIO POWER ADAPTER COMBINED SYNOPSIS/SOLICITATION The Marine Corps Systems Command has a requirement for 24 Volt Radio Power Adaptors (24V RPAs). This is a combined synopsis/solicitation for RPAs in accordance with FAR 12.6 for commercial items as defined in FAR Part 2.1, and 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 NAICS code for this procurement is 334419. This is a total small business set-aside, number of employees 500. The subject Request for Proposals (RFP), M67854-09-R-5040 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-30 and Defense Acquisition Regulations Supplement Change Notice 2009115. Scope: Procurement of commercial based 24V RPA shall address the technical requirements of the Statement of Objectives (SOO). Within the SOO, the Critical Performance Parameters must be met to be minimally acceptable. All other performance elements describe the objective / desired levels of performance. Characteristics: The Government's performance requirements are provided in the attached Statement of Objectives. The design, material composition, and manufacturing processes associated with the 24V RPAs are the prerogative of the offeror. The parameters listed must be met for minimum acceptability. Offerors should describe any additional value-added aspects for performance consideration, or tradeoff to achieve a Best Value solution. All technical parameters of a proposed solution shall be documented in the offerors Product Specification. The offerors Product Specification will subsequently be incorporated into the contract. Verification: Unless otherwise specified, the Offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the 24V RPA and all components. Packaging: Best commercial practices. Commercial Warranty: Warranty provisions or exclusions shall be clearly stated in the Offerors' proposal submission. The Government anticipates issuing an Indefinite Delivery, Indefinite Quantity (ID/IQ) Firm Fixed Price (FFP) commercial contract to the successful Offeror. CLIN Structure: The Offeror's proposals must include all CLINS. CLIN 0001: 24 Volt Radio Power Adapter IAW the attached SOOAward through 12 months CLIN 0101: 24 Volt Radio Power Adapter IAW the attached SOO12-24 months CLIN 0201: 24 Volt Radio Power Adapter IAW the attached SOO24-36 months CLIN 0301: 24 Volt Radio Power Adapter IAW the attached SOO36-48 months CLIN 0401: 24 Volt Radio Power Adapter IAW the attached SOO 48-60 months Quantities and period of performance for all 24 Volt Radio Power Adapter CLINs are as follows: Contract Minimum:$75,000Contract Maximum:$5,300,000 Order Minimum:$2,500Order Maximum:$5,300,000 Period of Performance: 60 months beginning on the effective date of contract award. Deliveries: The first delivery shall not be more than 60 days after order. Production Rate: The rate of production for the first five 24V RPAs for testing shall be within 60 days after receipt of order. Rate of production for residual 24V RPAs shall be 10 - 20 per month and shall be delivered within 60 days after receipt of order. These units will be shipped F.O.B. destination to Marine Corps Logistical Command, Albany, Georgia. Offerors should propose stepladder quantity pricing reflecting a quantity discount for every CLIN (e.g., 1 - 10, $xx; 11-20, $xx). No non-recurring or development costs and shipping costs should be included as separate cost items in the proposal. The pricing per unit should be for the 24V RPA, overpacked manual(s) and shipping of it to Albany, GA. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (June 2008): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal of their product for Government verification as elements of their offer. One original and two (2) paper copies of the proposal are required. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its content. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined technical/business proposal shall not exceed 25 total pages, inclusive of product literature. A copy of ! the Vendor Product Specification shall be provided. Any applicable and pre-existing test data and certifications are encouraged to be provided that describes the 24V RPA as demonstrated, tested, and verified to safely operate within the stated environment and accomplish the capabilities stated in the SOO. Any "value added" features that will contribute to the overall accomplishment of the 24V RPA program shall be identified. These elements shall be quantified from the standpoint of improvements to configuration change, performance, cost reduction, or other measures the Offeror believes will contribute to program execution. The Offeror shall describe their ability to conduct for the duration of the contract any and all configuration management and product quality control within constraints of program cost structure, purchasing arrangement for this contract and as a commercial item. Warranty coverage and warranty procedures, to include flow-thru warranties, system warranty!, and component warranty shall be described. Parts breakout shall be provided. Specific examples of favorable recent past performance and other examples of the use of this model in military applications shall be provided. These shall illustrate evidence of ability to produce, deliver, and warrant your product inclusive of existing production facilities and capacity, past hardware deliveries and usage with military customers, delivery schedule compliance, quality of products and services, overall customer satisfaction with products and services, and management of technical and business aspects of the company. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Offerors with no relevant Past Performance Information should indicate this in their proposals. The Offeror shall send out, and track the completion of, the ! Past Performance Questionnaires to each of the Offeror's Governments/Commercial Points of Contact (POCs). The completed Past Performance Questionnaire will be submitted directly to the Government not later than the closing date of the solicitation. Each of the Offeror's POCs shall email its completed Past Performance Questionnaire directly to the Contract Specialist listed on the last page of the Solicitation. Past Performance information will not count against the page count of the proposal. To supplement their written proposal, Offerors are encouraged to provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, or other parameters being evaluated. There is no limitation for the content of the CD-ROM, however all material provided through this medium shall be appropriately referenced in the written proposal; the CD-ROM shall not be considered a stand-alone element of the offer. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. The Product Specification, any existing test reports and User's Manual for the 24V RPA that is being proposed, or its components, shall be provided on the CD-ROM and are not within the 25 page limit. Prior examples of publications are also encouraged to be provided on the CD-ROM. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 2:00PM (EST) 10 April 2009, COMMANDER, Attn: William Nelson, CT025-GTES, MARCORSYSCOM, 2201A Willis Street, Quantico, VA 22134-5060. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Relative Order of Importance: Operational Effectiveness is more important than Supportability and Past Performance. Supportability is more important than Past Performance. Price will be evaluated but not rated. The importance of price as a factor in the final determination will increase with the degree of equality in the overall technical merit of the proposals and performance objectives. (1)Operational Effectiveness: The Offeror describes their technical approach in their Product Specification for providing a capable and balanced system, based on parameters of the Government Statement of Objective. Pre-existing test data and certifications. Value Added features.Management of Configuration and Quality of Products. (2) Supportability: The standard for Supportability is based on the quality and comprehensiveness of the Offeror's conformance to the government's desired support and maintenance concept. In line with supportability documentation requirements, the Offeror shall provide a suitable approach /! solution to the stated requirements. Publications and Data - The Offeror describes their approach to the publications that will be furnished with the product and stand-alone (including copyright release). The description of schematics, parts lists, and materials must be commensurate with stated desires and standards. Warranty provision. (3) Past Performance. (4) Price: Will be evaluated, but not rated. The Government will calculate an evaluated price for each Offeror's proposal by adding together all CLINs against an evaluated quantity. Proposals must satisfy all requirements marked as "Critical Performance Parameter." Other requirements shall be traded off in order to obtain BEST VALUE for the Government. Award shall be made to the Offeror whose proposal presents the best value to the Government. In making its "Best Value" determination non-price factors when combined are significantly more important than price. The Government will consider overall technical, support! ability, and past performance merit being of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. 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. FAR Clauses: 52.212-3, Offeror Representations and Certifications (JUN 2008) with Alt 1 (April 2002), (Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require 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. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA wit! h each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. To prepare for this requirement and to register in ORCA, you will need to have two items: 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. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in 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 that contains up to 26 questions. T! he 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 are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. 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 ORCAs homepage at http://orca.bpn.gov under Help). 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders within this clause, the following clauses apply: 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affi! rmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18-Availability of Funds, 52.247-34, F.O.B. Destination. Additional clauses that apply are: 52.216-18 Ordering (Fill-in: (a) Date of contract through succeeding 60 months), 52.216-19 Order Limitations (Fill-in: (a) $2,500, (b)(1) $5,300,000.00, (b)(2) $5,300,000.00, (b)(3) 30, 52.216-22 Indefinite Quantity (Fill-in: (d) 12 months after contract expiration), 52.219-6 Notice of Total Small Business Set-Aside. Full text of these provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/. DFAR Clauses: 252.212-7001 Contract Terms and C! onditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items within this clause, the following clauses apply: 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7013 Duty-Free Entry, 252.225-7014, Preference for Domestic Specialty Metals,252.225-7020 Trade Agreements Certificate, 252.225-7021 Trade Agreements, 252.227-7015 Technical Data--Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronic Submission of Payment Requests. Additional DFAR Clauses that apply are: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation. Full text of these provisions may be accessed on-line at http://www.acq.osd.mil/dpap/dfars/index.htm. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for ! Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. ATTACHMENTS: Statement of Objectives and Past Performance Questionnaire Point of Contact: William Nelson, Contract Specialist, Phone (703) 432-5011, FAX (703) 432-5029, Email william.w.nelson.ctr@usmc.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=445c5d5b18a99073085011d70e4e3766&tab=core&_cview=1)
 
Record
SN01757325-W 20090227/090225221156-634bfff6b315a535f652014aa90b4558 (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.