SOLICITATION NOTICE
J -- Maintenance and repair Services for Smith's Detection HAZMAT ID $ GAS ID devices
- Notice Date
- 6/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- M67400 MARINE CORPS REGIONAL CONTRACTING OFFICE FAR EAST FPO,
- ZIP Code
- 00000
- Solicitation Number
- M6740012T0092
- Response Due
- 6/26/2012
- Archive Date
- 7/11/2012
- Point of Contact
- Philip Pickens 3186458540 philip.pickens@usmc.mil
- E-Mail Address
-
Contract Specialist
(philip.pickens@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation-Services This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is not a small business set-aside. Therefore, any responsible source may submit an offer. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-12-T-0092 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 and Defense Acquisition Circular 91-13. The FSC code is J052 and the NAICS code is 811219. In accordance with the attached Statement of Work (SOW), the Government is soliciting quotes for the services for Maintenance and Repairs of Smith s Detection HAZMAT ID and GAS ID systems All services, as annotated in the attached Statement of Work (SOW), awarded as a result of this RFQ are expected to commence no later than the date specified in the contract award and the SOW. 1 July 2012 The Government intends to issue a single award to the responsible offeror whose quote is the most advantageous to the Government considering Technical Capability, Price and Delivery. Award will be made in aggregate. Therefore, any offer received without all services priced, as annotated in the attached SOW, will be excluded from competition. It is the offeror s responsibility to furnish sufficient information to the Government in order to determine acceptability of the offered services. Therefore, the offeror shall submit all technical information pertaining to their offered services in order for the Government to determine technical acceptability. All quotes shall be in English language. The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010), FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012), FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003), FAR 52.247-34 F.O.B. Destination (Nov 1991), FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000), FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000), DFAR 252.211-7003 Item Identification and Valuation (Aug 2008), DFARS 252.211-7006: Radio Frequency Identification (Feb 2007), DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011). DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), DFAR 252.233-7001 Choice of Law (Overseas) (Jun 1997). Responsible offeror must be active in the Central Contractor Registration in accordance with DFAR 252.204-7004 (Sep 2007). The following Provision Clauses apply to this RFQ: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011) Note: Full text of each DFARS clause may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. All clauses referenced can be viewed at the following link: http://farsite.hill.af.mil Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the required information and attachment may result in your quote being considered non-responsive by the Government. Offerors are advised questions regarding this requirement must be submitted to philip.pickens@usmc.mil NLT 0700 (EST) on 25 June 2012. Consequently, any questions received after this date and time specified will not be answered unless the Contracting Officer determines it is in the best interest of the Government to answer the question(s). Submission of Quotations Format of Quotations: All offerors technical information shall be submitted in addition to a price quotation. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separately bound volumes. Offerors must include the name, title, address, and phone number of the individual responsible for inquiries to the quotation. The quotation shall be submitted via email to philip.pickens@usmc.mil or via fax to 011-81-611-745-0959. However, offerors are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-Far East NLT 1800 (EST) 26 June 2012. Volume I - Price Quotation (No more than 3 Pages) Volume II - Part I - Technical Capability (No More than 10 Pages) Part II - Past Performance and Experience Information (No More than 3 Pages) SUBMISSION OF QUOTATIONS a. Format of Quotations. All quoters shall submit a technical quotation and a price quotation. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separately bound volumes. Offerors must include the name, title, address, and phone number of the individual responsible for inquiries to the quotation. The quotation shall be submitted on 8 x 11 inch paper, single-sided. Quotations are not limited to a maximum or minimum number of pages. Offerors shall submit one original and one copy of the their quotation in two volumes as described below. Volume I - Standard Form of Contract and Price Quotation Volume II - Part I - Technical Capability Part II - Past Performance and Experience Information b. Contents of Quotations. (1) Volume I Standard Form of Contract and Price Quotation. This volume of the quotation shall consist of the Standard Form of Contract, SF 1449 (page 1), Pricing for all contract requirements, statement verifying ORCA compliance in accordance with FAR 52.212-3, and all amendments issued, if any, as described below. (a) Standard Form of Contract SF 1449. Blocks 17a, 30b, and 30c of page 1 of Standard Form 1449 will be completed by offerors and Block 30a shall be signed to show that the offeror has read and agrees to comply with all the terms, conditions and instructions provided in the solicitation document. (b) Pricing. The contractor s quotation shall contain line item pricing for each requirement described in the Statement of Work. (c) The quotation shall contain a statement verifying compliance with the ORCA requirements contained in FAR 52.212-3. (2) Volume II (a) Part I - Technical Capability (i) Organization of responses in Volume II, Part I shall be submitted in the order listed below. Comprehensive responses to the requirements of the Request for Quotations are necessary to evaluate the offeror s capability to meet the stated requirements of the solicitation. Technical quotations should be practical, legible, clear, and coherent. In order that evaluation may be accomplished strictly on the merit of the material submitted, no prices shall be included in technical quotations. General statements that the offeror can comply with the requirements will not, by themselves, be adequate. Failure to provide the technical information requested below, may be cause for rejection of the offer. (ii) Overall Technical Approach; Proposed Methodology; Demonstrated Understanding of the Scope of Work. The offeror shall provide responses which address each of the requirements as listed in the Statement of Work. Detailed responses to each of these requirements shall provide an explanation indicating offeror s ability and proposed methodology to be utilized to meet each requirement. Responses shall not be a restatement of the requirement but shall be comprehensive, well-conceived, and include detailed approaches to accomplishing the tasks presented in the statement of work. (b) Part II: (1) Past Performance. The Contractor shall list in their quotation all similar contracts currently in process. Quoters shall also list at least three of the largest (by dollar value) Government contracts involving work similar in nature to that required under this solicitation either currently being performed or having been completed within the past three years. If the Contractor has no Federal Government contracts, then the Contractor should list state, county, and city contracts for evaluation. The Contractor shall include the name, address, and phone number of a point of contact as well as a brief description of the contract. Quoters may also provide other information, as the Quoter believes would aid the Government in evaluating its past performance. PREAWARD SURVEY INFORMATION. a. In the interest of expediting the award and for the purpose of conducting a pre-award survey of your firm, the Contractor shall supply information to permit the Government in evaluating the Contractor s past performance. The Contractor shall list in their quotation at least three of the largest (by dollar value) Government contracts involving work similar in nature to that required under this solicitation either currently being performed or having been completed within the past three years. If the Contractor has no Federal Government contracts, then the Contractor should list state, county, and city contracts for evaluation. The Contractor shall include the name, address, and phone number of a Government point of contact as well as a brief description of the contract. Offerors may also provide other information as the Offeror believes would aid the Government in evaluating its past performance. b. If the Defense Contract Administration Services, Management Area Office (DCMAO) has performed a formal pre-award survey on your company in the previous three (3) years, furnish the complete DCMAO address, phone number, and the date of the survey below. DCMAO Address: ___________________________________ ___________________________________ ___________________________________ Point of Contact and Phone Number: ____________________________________ Date of Survey: ______________________________________________________ c. Professional References. The offeror shall supply information to permit the Government in evaluating the Contractor s past performance. The Offeror shall send out copies of the PAST PERFORMANCE QUESTIONNAIRE, a three-page form found in this solicitation as Attachment 1, to at least three of the offeror s customers (Government agencies or private businesses) for recent and relevant contracts for the same or similar services. Alternately, if the offeror does not have relevant contracts it should forward the questionnaire to three of its current customers or three customers it has provided services in the last three years. The customer will complete the questionnaire and submit it directly to the Government prior to the due date of quotations. See Attachments: SF1449 Solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M6740012T0092/listing.html)
- Place of Performance
- Address: MCBJ FIRE DEPARTMENT, FPO, AP
- Zip Code: 96379
- Zip Code: 96379
- Record
- SN02780515-W 20120622/120620235001-da841de9ab2f06cecaeccd41eec2cf8b (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 |