SOLICITATION NOTICE
99 -- TELESCOPE TEST FIXTURES, CROSS-LEVEL TEST FIXTURES & AZIMUTH TEST FIXTURES
- Notice Date
- 8/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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
- M6785409R1113
- Response Due
- 9/3/2009
- Archive Date
- 10/3/2009
- Point of Contact
- Lawrence H. Hubbard 703-432-3555
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federa; Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This acquisition is being made in accordance with Federal Acquisition Regulation Subpart 13.5 TEST PROGRAM OF CERTAIN COMMERCIAL ITEMS. This is a one time purchase. The contract period will be twelve months from date of award. The place of performance shall be determined by the location of the awardee. The NAICS code for this purchase is 334519 and the Small Business Size Standard is 500 employees. The Marine Corps Systems Command, Infantry Weapons Systems, PM Optics and Non-Lethal Systems, Quantico, VA, will consider all proposals from responsible sources capable of providing all of the items listed within this synopsis. On behalf of the Marine Corps System Command (MARCORSYSCOM), Infantry Weapons Systems (IWS), Optics and Non-lethal Systems (ONS), this notice requests proposals for the procurement of QTY (20) Telescope Test Fixtures, National Stock Number (NSN) 4931-00-508-5434 with adapters, QTY (20) Cross Leveling Test Fixtures, National Stock Number (NSN) 6650-00-652-3553 with adapters, and QTY (20) Azimuth Test Fixtures, National Stock Number (NSN) 4931-00-769-1596 with adapters and additional adapter required. See below table for detailed requirements. Offerors should propose brand name or equal items. Parts identified are specific to Seiler Instrument & Manufacturing Co. Inc., St. Louis, MO.E0430, Telescope Fixture: 20 EachNSNP/NDescription (One set w/adapters)4931-00-508-54347197944-SPTelescope Test Fixture 7571485Telescope sprt mount 7680652Mirror clip mount 7680666Support 7680619Support 7573542Support and alignment assy 7680680Adapter assembly E0390, Cross Leveling Test Fixture: 20 EachNSNP/NDescription (One set w/adapters)6650-00-652-35536523553Cross-Level Test Fixture4931-01-061-636611750708M64/67 on Cross-Level Fixture4931-00-346-83247680930Adapter, Assy5340-01-062-027412008990Bracket Mounting13009243M777 KIT-LW (Quick release only)E0360, Azimuth Test Fixture: 20 EachNSNP/NDescription (One set w/adapters)4931-00-769-15967691596Azimuth Test Fixture-includes one 6" extended post (P/N: 7651365)4931-00-801-68618213899Adapter* Fixture w/o case & reticles4931-01-061-636511750712Gage, Alignment inspection AZM154 ALIGN DEVICE FXTR9388618M154 Adapter Fixture4931-01-061-636711750709Adapter, AZ Inspection M64/67Additional Adapters:NSNP/NDescriptionQTY 7651365Azimuth Test Fixture 34-35" Post Extension15 9333800M2A2 Test Fixture Adapter35 N/AM67 Dioptometer Mounting Bracket35 11828732M64 Dioptometer Mounting Bracket35 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Point of Contact for this RFP is Mr. Larry Hubbard at (703) 432-3555 or Lawrence.hubbard@usmc.mil and copy to patsy.d.stefan@usmc.mil. A determination to execute a partial award for the above National Stock Numbers is solely within the discretion of the Government. Offeror(s) are encouraged to quote on all National Stock Numbers. Oral communications are not acceptable in response to this notice. All responsible Offeror(s) may submit a proposal, which shall be considered by the agency. FAR 52.212-2, Evaluation-Commercial Items is applicable to this procurement, with the following insertion in para (a) "lowest priced technically acceptable." Technically acceptable is based on the offer meeting the technical and delivery schedule requirements identified in this RFQ. Central Contractor Registration (CCR) is required. Offeror(s) must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All proposals shall include price(s), associated commercial warranty information for the product(s), CCR/ORCA information, FOB Destination, company point of contact's name, email address and phone number, GSA contract number if applicable, proposed delivery schedule, payment terms and business size. Each response must clearly indicate the capability of the Offeror(s) to meet all specifications and requirements. The anticipated award date is September 30, 2009. Delivery and acceptance of item(s) shall be 12 months after contract award and shipped to the addresses as shown in subsection 3.2.3 of the attached statement of work. Attachment 001 Page limit for proposal is 20 pages. Pages beyond 20 will not be considered by the Government. Proposals shall be prepared using "Arial" or "Times New Roman" 12-point font style on 8 x 11 inch white paper with not less than 1" margins. Tables and illustrations may use a reduced font style, not less than 8 points. All material submitted may be single-spaced. Offeror(s) shall ensure that each page provides identification of the submitting quoter, the RFP number, and page number in the header or footer. Offeror(s) may submit their proposals via CD-ROM or email. Emailed proposals are preferred. Email all proposal documents to the following email address: lawrence.hubbard@usmc.mil and copy to patsy.d.stefan@usmc.mil. Insert into the subject line of the proposal email the following text: 'Response to RFP M67854-09-R-1113: (company name here)'. This RFP document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-16. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/ or http://www.acqnet.gov/FAR. The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1 Instructions to Offerors-Commercial Items. Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following FAR clauses also apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal, 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.214-21 Descriptive Literature; 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled 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, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional contract terms and conditions applicable to this procurement are: Defense Federal Acquisition Regulation (DFAR )252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFARS Clauses are also applicable: DFARs 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract P! ayments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose proposal, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal and FAR Clause 52.214-21 Descriptive Literature. Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. Items specified are specific part numbers of Seiler Instrument & Manufacturing Co. Inc., St.Louis, MO. Required delivery shall be within 12 months. Offeror shall provide a proposed delivery schedule. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 1600, EST on 03 September 2009, 1600 hours Eastern Time. Submit offers via email to Lawrence.hubbard@usmc.mil and copy to patsy.d.stefan@usmc.mil. b. 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 after its receipt, unless a written notice of withdrawal is received before award. (Also see attached Statement of Work)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785409R1113/listing.html)
- Record
- SN01918862-W 20090821/090820001900-ecaae811a94f46103002c1571eb4f3ef (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 |