SOLICITATION NOTICE
54 -- PROCUREMENT OF MODULAR FOOTBRIDGES FOR 2ND COMBAT ENGINEER BATTALION (2ND CEB), MARINE CORPS BASE (MCB), CAMP LEJEUNE, NC
- Notice Date
- 7/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700109Q0219
- Response Due
- 7/27/2009
- Archive Date
- 8/27/2009
- Point of Contact
- JACKIE MEADE 910-451-3073 LISA WILLIAMSCONTRACTING OFFICER910-451-1467
- 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 M6700109Q0219 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. 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 332312 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. 2nd Combat Engineer Battalion (2D CEB), 2nd Marine Division (2D MARDIV), Marine Corps Base (MCB), Camp Lejeune, NC has a requirement for the procurement of modular footbridges for pre-deployment training. MINIMUM GOVERNMENT SPECIFICATIONS: This requirement is for a man-portable, tactical footbridge. The footbridge must provide the ability to span up to a 25' gap and must sustain the weight of two (2) combat-loaded Marines up to 600 lbs. The footbridge shall be modular for expansion with a minimum width of 20 inches and a maximum modular length of 8 feet. The tactical bridge must be equipped for mounting onto Hum-Vee (HMMWVV) and Mine Resistant Ambush Protected (MRAP) vehicles. In order to make the footbridge more versatile on the battlefield, it is requested that the underside of the footbridge be utilized as a ladder. This is a brand name or equal purchase description. As such, the provision at FAR 52.211-6, Brand Name or Equal (AUG 1999) applies to this RFQ. The brand name, manufacturer, and part numbers/model numbers are provided, along with the salient physical, functional, or performance characteristics that "equal" products must meet. The Government will consider offers for any brand or product that fulfills the Government's requirement. CLIN 0001: Manufacturer: Tactical & Rescue Gear or Equal, Manufacturer Part Number: TRGM28, Item Description: Modular Footbridge. Salient characteristics that "equal" products must meet: minimum of four (4) panel sections, minimum bridge span 25 feet, lightweight (not more than 100 pounds), minimum panel dimensions: 90" x 22" x 4", man-portable, easy to assemble in under 10 minutes, and transportable on HMMWVV and MRAP vehicles. Quantity: 15 Each. CLIN 0002: Manufacturer: Tactical & Rescue Gear or Equal, Manufacturer Part Number: TRGMFBLM25B, Item Description: Modular Footbridge and Assault Ladder. Salient characteristics that "equal" products must meet: minimum of four (4) panel sections, lightweight (not more than 250 pounds), minimum bridge span 25 feet wide gap, maximum ladder height not to exceed 25' (with all panels), minimum panel dimensions: 80" x 24" x 7", ability to support at least 600 lbs, aluminum and steel. Quantity: 5 Each. F.O.B POINT: Destination PREFERRED DELIVERY DATE: 30 Days ARO (After Receipt of Order) DELIVER TO: Freight Traffic Branch, BLDG 1119 Ash Street, Marine Corp Base (MCB), Camp Lejeune, NC 28542-5000. 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 52.211-6 Brand Name or Equal; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.233-2 Service of Protest (filled in as follows: MCIEAST Contracting Department, Attn: Lisa Williams, PO BOX 8368, Camp Lejeune, NC 28547-8368; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); FAR 52.252-2 Clauses Incorporated by Reference (FAR: http://www.arnet.gov/far/ and DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm); 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. 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; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restricti! ons on Certain Foreign Purchases; 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; 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. 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: http://www.arnet.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. In accordance with FAR 52.212-1, submission of quote shall include the following: (1) Technical: Descriptive literature and/or product information; (2) Past performance: The offeror 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. Offerors with no past performance history will not be evaluated favorably or unfavorably; and (3) Price: All pricing quoted shall be FOB Destination. The basis for award is "best value". In accordance with FAR 52.212-2, evaluation criteria for award are: (1) Technical; (2) Past Performance; and (3) Price. Technical and past performance, when combined, are considered to be significantly more important than price. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award; however, we reserve the right to issue multiple awards. Direct all questions regarding this solicitation to Jackie Meade at (910) 451-3073. The closing date and time for this solicitation is 27 Jul 2009 at 12:00 PM (EST). Quoters are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to jackie.meade@usmc.mil or fax to (910) 451-1275.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700109Q0219/listing.html)
- Place of Performance
- Address: 2ND COMBAT ENGINEER BATTALIONATTN: GYSGT RICHARD TEEHEETEL: 910-450-8970, CAMP LEJEUNE, NC<br />
- Zip Code: 28542<br />
- Zip Code: 28542<br />
- Record
- SN01874435-W 20090716/090714235708-3703058a6407ca170721dd9915d6cb0c (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 |