Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOLICITATION NOTICE

58 -- AN/TPS-59(V)3E Radar Power Hawks

Notice Date
2/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410Q2214
 
Response Due
3/8/2010
 
Archive Date
3/8/2010
 
Point of Contact
Sheila Ballard (703) 432-3162
 
Small Business Set-Aside
N/A
 
Description
AN/TPS-59(V)3E Radar Power Hawks Solicitation Number: M6785410Q2214 Action Type: Combined Synopsis/Solicitation Posted Date:February 22, 2010 Response Date:March 8, 2010 Set Aside:NA Synopsis:This is a combined synopsis/solicitation for commercial items prepared for Marine Corps Systems Command, Foreign Military Sales Program Manager, in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR 12.6 and 13. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-34, effective 01 July 2009. This requirement is NOT a Small Business Set-Aside. All responsible sources may submit a quote, which if received timely, will be considered by the Contracting Activity. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The United States Marine Corps (USMC), Marine Corps Systems Command (MCSC), Foreign Military Sales (FMS) office has a Brand Name or Equal requirement to procure two (2) AN/TPS-59(V) 3E Radar Power Hawk Assemblies 640 (Mfn. P/N 730-RIQ6951-901, Alt. P/N N130-006657-P001) to support AN/TPS-59(V) 3E Radar in order to provide materials to the Government of Egypt (GoE). The Power Hawk Assembly is a Form Fit and Function CPU module used to support the AN/TPS-59(V)3E Radar system's Post Detection Processor (PDP). Quotes may be provided for the POWER HAWK PHAM640 ASSEMBLY Manufacturer Model Number: 730-RIQ6951-901 as brand name products or for a proposed "equal" piece of equipment fulfilling all the above specifications. If an offeror believes they have an equal product which meets all the features and functionality of the items listed above, they may submit a quote for that product. It will be evaluated for technical acceptability. If it is determined by the Government to be an equal product it will be evaluated along with all other technically acceptable offers. If it is determined by the Government not to be an equal product, the offer will not be considered for award. REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed price to include shipping and handling charges based on F.O.B. Origin. Item Identification and Valuation (IUID) marking compliance is required and must be included in the quote (see DFARS clause 252.211-7003). Provide pricing for each of the following line items: Line Item 0001AA, Ouantity 1 - POWER HAWK PHAM640 ASSEMBLY, may contain refurbished components. Manufacturer Model Number: 730-RIQ6951-901, warranty is same as new. Lead time is 10 weeks for this unit. Price will include one (1) year of return to factory (RTF) extended warranty. Hardware Warranty 30 days RTF. Line Item 0001AB, Quantity 1 - POWER HAWK PHAM640 ASSMEBLY, may contain refurbished components. Manufacturer Model Number: 730-RIQ6951-901, warranty is same as new. Lead time is 20 weeks for this unit. Price will include one (1) year of return to factory (RTF) extended warranty. Hardware Warranty 30 days RTF. Instructions Note: pricing for line items 0001AA and 0001AB shall include the following Special Packing and Marking Instructions: (1) Marking Requirements(a) Marking for shipment and storage shall be in accordance with MIL-STD-129P. (b) Marking for shipment and storage shall be in accordance with MIL-STD-130N.(c) Items to be delivered shall be addressed to the authorized Egypt Freight Forwarder as follows: Ship To:BEG003DHL GLOBAL FORWARDING 7465 M CANDLEWOOD ROADHANOVER MD 21076PH: 410-859-4170 FAX: 410-859-8138 Mark For:BEGX00EGYPTIAN MINISTRY OF DEFENSEARMAMENT AND AMMO DEPARTMENTMAIN RADAR WORKSHOP NO 1EL MAZA CAIRO EGYPTFMS CASE: EG-P-RAI (2) Packaging, Handling & Storage & Transportation (PHS&T)The contractor shall be responsible for the preservation and packaging of all items to be delivered under the terms of the contract in accordance with the contractor-prepared Government approved shipping package as defined in D-1(3) below. Unless otherwise specified herein, the Contractor shall perform the packaging to the highest grade commercial practice in accordance with ASTM D3951-98 to ensure delivery at destination and to prevent deterioration of items and damages due to the hazards of shipping, handling, and storage. The Contractor's Packaging, Handling, Storage, and Transportation (PHS&T) program shall ensure applicability to and adherence by lower-tier contractors (subcontractors and vendors) who deliver portions or all of the system or equipment directly to the Government, or to contracts for which such lower-tier contractors have design responsibility. The Contractor's shipping personnel shall be trained, certified, and capable in packaging all materials, including hazardous material, for both surface and air shipments. In order to ensure the package contents are accounted for, the packing list must be included on the inside of the package, as well as the outside of the package. The following are levels of protection that apply equally to preservation and packaging: a.Overseas - Surface/Air Shipment: Best commercial practices of ASTM D3951-98. b.Defense Transportation Systems (DTS) (Air Shipment - Immediate use): Best commercial practices of ASTM D3951-98. Used for critical shipments when authorized by the Government.c.Packaging of material shall be in accordance with best commercial practices of ASTM D3951-98. MIL-STD-2073/1D (1), method of pack 50 or higher at the discretion of the Contractor. Method of pack 50 or higher prescribes the use of a water vapor proof barrier bag and desiccant/indicator for ALL items. In addition, this shall include the use of corrugated cartons as unit packs to aid in handling, protection, over packing, and storage at destination for most items. The over packing or shipping container is defined as a standard skidded triple wall. (3) Notification RequirementsThe Contractor shall provide a Notification of Availability (NOA) to the designated Freight Forwarder specified above of each imminent shipment to Egypt. The NOA shall be provided at least thirty (30) calendar days prior to the contractor's anticipated ship date. Upon acceptance of the material by the Government, the Contractor shall provide the full shipping package to the FF and the Government. The shipping package consists of the NOA, the electronically signed Wide Area Work Flow (WAWF) document, and the detailed Packing List/Material Verification form. Samples documents for the NOA and combined Packing List/Material Verification form will be provided with the resulting contract documents. The Contractor shall designate a single Point of Contact (POC) for all matters pertaining to the shipping of material to Egypt and shall provide the name of this POC to the Contracting Officer. This POC shall provide responsive and timely input to the Government and shall submit the shipping package in the form of a scanned copy via email to the Government for review and approval prior to releasing material for shipment. Upon approval, the POC shall forward the final package to the Government coincident with providing this information to the FF to allow the Government to monitor the shipping process. The Contractor's POC shall provide continuous liaison with the Government, and shall provide updates and other relevant shipping data as required. Attachment J-2 (2) provides a column for material verification, per line item, for the Government and/or Government representative to use as a check list during inventory of material. Upon completion and signature of this check list, the designated Government representative shall scan and forward, via email, the completed form to the Government representatives noted at the bottom of the form for material tracking and warranty purposes. (4) Shipping TimeThe Contractor shall plan the program schedule to allow for a total of sixty (60) days shipping time from NOA to final destination. Quotes must be received no later than 1600 pm Eastern Standard Time 5 March 2010 at Primary Point of Contact for Marine Corps Systems Command, 2200 Lester Street, Quantico, VA 22134. Questions and responses should be addressed to the Primary POC Sheila Ballard, MARCORSYSCOM - FMS, Contracts (703) 432-3162 or sheila.ballard@usmc.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offeror's must comply with all instructions contained in FAR 52.212-1, Instructions to Offeror's - Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contract name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, must be completed. Offeror's are highly encouraged to complete all representations and certifications electronically on-line at (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 shall be completed in hard copy and submitted with quote. In accordance with FAR 52.212-4(t) Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. (www.ccr.gov) The provision at FAR 52.212-2, Evaluation - Commercial Items apply to this acquisition. The Government intends to evaluate offers and award a contract without discussions with offerors. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. If an offer is not technically acceptable it will not be considered. Factor 1 - Technical Capability; Factor 2 - Price Evaluation process: 1) Each proposal that meets the requirement of this solicitation will be evaluated. Evaluations are based on the Offerors Proposed Package. 2) All factors shall be evaluated on the completeness, conciseness, and relevance of information provided, as stated in this solicitation. 3) The Government is concerned with making an award based upon technical acceptability. 4) The Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any or all Offerors; and to award a contract to the offeror submitting a proposal determined by the Contracting Officer to be most advantageous to the Government, cost or price or other factors considered. Factor 1: Technical Capability - In order to be considered for award, the offeror's technical proposal must be rated as acceptable. To be determined technically acceptable, the offeror must demonstrate in their quote that they can meet the requirements as stated in the statement of work, in its entirety. Failure to submit any of the listed requirements will result in the offeror's technical proposal being determined technically unacceptable. Factor 2: Price - Only price proposals submitted by offeror's whose technical proposal is determined to be technically acceptable will be considered for evaluation. Proposed prices will be evaluated using the price analysis techniques prescribed in FAR 13.106-2 to determine price reasonableness. The standard is met when the price is determined fair and reasonable in accordance with FAR 12.209. 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. The provision at 52.211-6, Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must - (1) meet the salient physical, functional, or performance characteristics specified in this solicitation; (2) Clearly identify the item by - (i) Brand name, if any; (ii) Make or Model Number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the ! solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation (End of provision) The following clauses apply to this acquisition: The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following addenda, applies: Addendum to FAR 52.212-4(c) Changes Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. Authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for complete list of changes that may be made unilaterally, see FAR 43.103 (b)) (End of Addendum) FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electroncall at this address: htt;://farsite.hil.af.mil/. The following FAR/DFAR provisions and clauses are incorporated by reference and apply to this acquisition: 52.204-7 Central Contractor Registration (Apr 2008); 52.211-5 Material Requirements (Aug 2000); 52.212-1 Instructions to Offerors-Commercial items (Jun 2008); 52.212-2 Evaluation-Commercial items (Jan 1999); 52.212-3 Offeror Representations and Certifications - Commercial items Alternate I (Jun 2008); 52.212-4 Contract Terms and Conditions - Commercial items (Feb 2007); 52.246-2 Inspection of Supplies - Fixed Price (Aug 1996); 52.246-16 Responsibility for Supplies (April 1984); 52.246-17 Warranty of Supplies of Noncomplex Nature (June 2003); 52.247-29 F.O.B Origin (Feb 2006); 52.211-5 Material Requirements (Aug 2000); 52.216-24 Limitation of Government Liability (Apr 1984); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.232-1 Payments (Apr 1984); 52.232-33 Payments by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.233-1 Disputes (Jul 2002); 52.233-4 Applicable Laws for Breach of Contract Claim (Oct 2004); 52.243-1 Changes - Fi! xed Price (Aug 1987); 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) (Apr 1984); 252.212-7000 Offeror Representations and Certifications -Commercial Items (Jun 2005); 252.246-7000 Material Inspection and Receiving Report (March 2008); 252.247-7023 Transportation of Supplies by Sea (May 2002); 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.211-7003 Item Identification and Valuation (Aug 2008); 252.225-7012 Preference of Certain Domestic Commodities (Dec 2008); 252.225-7027 Restrictions on Contingent Fees for Foreign Military Sales (Apr 2003); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). For full text clauses visit http://farsite.hil.af.mi/VFFARA.HTM part 52 for FAR clauses; http://farsite.hill.af.mil/vfdfara.htm subpart 52 for DFARS clauses. Classification Code: 58 Communications, Detection and Coherent Radiation Equipment Federal Supply Classification Code:5840 Radar Equipment Except AirborneNAICS Code: 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Contracting Office Address: Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA 22134-6050. Primary Point Of Contact(s):Sheila Ballard FMS Senior Contracting Specialist, Phone (703)-432-3162, Fax 703-432-3131, sheila.ballard@usmc.mil Secondary Point of Contact:Tarasia Remhof, Contracting Officer, Phone (703) 432-3147, Fax (703) 432-3131, tarasia.remhof@usmc.mil Posted Date:February 18, 2010 Response Date:March 5, 2010 Archive Date:March 5, 2010 Original Set Aside:NA Set Aside:NA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410Q2214/listing.html)
 
Place of Performance
Address: 4375 River Green Parkway, Ste 100, Duluth, GA
Zip Code: 30096
 
Record
SN02071744-W 20100224/100223000342-eb4b32bdd367ce1cfe99feace1532c64 (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.