SOLICITATION NOTICE
99 -- B.E. MEYERS532P-M GLARE MOUT MINI GREEN LASER SYSTEM
- Notice Date
- 8/31/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785409R1076
- Response Due
- 9/11/2009
- Archive Date
- 10/11/2009
- Point of Contact
- Lawrence H. Hubbard 703-432-3555
- Small Business Set-Aside
- N/A
- Description
- M67854-09-R-1076 COMBINED SYNOPSIS/SOLICITATION B.E.MEYERS 532P-M GLARE MOUTMINI GREEN LASER SYSTEM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a separate written solicitation will not be issued. The North American Industry Classification Code is 333314-Optical Instrument and Lens Manufacturing with a Business Size Standard of 500 employees. This requirement is being conducted as limited sources of supply competition on the basis of obtaining the Brand Name item. The Marine Corps Systems Command (MARCORSYSCOM) 2200 Lester Street, Quantico, VA 22134 intends to award a firm-fixed-price contract. Basis of award will be determined by means of Lowest Priced - Technically Acceptable. Pricing shall be provided for the following item: Line Item 0001: GLARE MOUT (Mini-Green) Laser System, to include: (1) MFR P/N: 532M-P Mini-Green Laser, (2) MFR P/N: 532PM-R14B, Weapon Rail Mount, (3) MRF P/N: 532PM-R03T-1MV, Remote Firing Switch, and (4) Molle Bag Holster. Manufacturer: B.E. Meyers, Redmond Washington, Quantity: 228 each. FOB: Destination. Along with price, when determining proposal acceptance, technically acceptable will be evaluated in terms of providing the brand name item and delivery schedule.(should not exceed 12 months after ARO) See the following for additional requirements: Attachment 0001 Statement of Work. Offer letter shall be submitted on company letterhead to include combined synopsis/solicitation number M67854-09-R-1076, proposal submission date, length of proposal validity (at least 90 days), Offeror point of contact name, email address, and telephone number, CAGE code, DUNS number, Tax ID number, proposed delivery schedule, and prompt payment and discount terms. Offerors may submit written questions requesting clarification of the synopsis/solicitation requirements on or before 3:30 p.m. (Eastern Time), 2 September 2009. Questions received after this time and date will not be honored. Questions shall be submitted in writing to lawrence.hubbard@usmc.mil and copy to patsy.d.stefan@usmc.mil or faxed to 703-432-3526, Attn: Larry Hubbard. Telephone calls will not be honored. The closing date for receipt of proposals is 4:00 p.m. (Eastern Time), 11 September 2009. Anticipated award date is on or about 28 September 2009. Electronic proposal submissions are permitted (and preferred). Electronic submissions shall be to lawrence.hubbard@usmc.mil and copy to patsy.d.stefan@usmc.mil. Mailed proposals shall be delivered to the Marine Corps Systems Command, Attn: CT-021 PG13 Larry Hubbard, Contract Specialist, M67854-09-R-1081, Bldg. 2200 Lester Street, Quantico, VA 22134. All submittals shall reference the combined synopsis/solicitation number M67854-09-R-1081. When the contractor uses a manual, which covers a vendor's component(s) or a portion thereof, and the vendor's manual contains copyrighted material, the contractor shall be responsible for obtaining a copyright release from the vendor and providing the copyright release to the Government. Packing, handling storage and materials handling shall be provided in accordance with (IAW) best commercial practices. Also transportation shall be preserved and packaged in accordance with (IAW) the best commercial practices of ASTM D 3951. All Offerors shall include a completed copy of FAR 52.212-3 "Offeror Representations and Certifications Commercial Items (Aug 2009)," with their proposal. This Request for Proposal incorporates the following Federal Acquisition Regulation (FAR) Provisions and Clauses, which full text may be accessed electronically at http://www.arnet.gov/far/, 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008); 52-212-2, Evaluation-Commercial Items (Jan 1999); 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009); 52.204-7, Central Contractor Registration (Apr 2008); 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-5, Contract Terms and Conditions (Deviation) (Apr 2009); 52.219-6, Con! vict Labor (Jun 2003); 52.222-19, Child Labor (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-CCR (Oct 2003); 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.252-6, Authorized Deviations (Apr 1984); DFARS 252.211-7003, Item Identification and Valuation (Aug 2008); DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certification (Jan 2009); DFARS 252.225-7001, Buy American Act (Jan 2009); DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Apr 2003); DFARS 252.227-7015, Technical Data - Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 1999); DFARS 252.232-7003, Electronic Submis! sion of Payment Request (Mar 2008). In compliance with DFARS 252.232-7003, the United States Marine Corps (USMC) utilizes Wide Area Work Flow - Receipt and Acceptor (WAWF-RA) to electronically process vendor requests for payment. The contractor is required to utilize this system when processing invoices and receiving reports under this contract - unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) register to use WAWF-RA at https://wawf.eb.mil/ and (ii) ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Complete registration instructions will be provided upon contract award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785409R1076/listing.html)
- Record
- SN01933978-W 20090902/090901001038-2a785f1012b15c42300a33143f082824 (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 |