MODIFICATION
61 -- Power Distribution Cable Adapter
- Notice Date
- 4/21/2015
- Notice Type
- Modification/Amendment
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- M67854-15-Q-5021
- Point of Contact
- Tommie L. Klise, Phone: 7034323649
- E-Mail Address
-
tommie.klise@usmc.mil
(tommie.klise@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SOLICITATION REPLACES #M67854-15-Q-5012 POWER DISTRIBUTION CABLE ADAPTER RFQ #M67854-15-Q-5021 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The subject Request for Quote (RFQ), M67854-15-Q-5021, incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-80 and DFARS Publications Notice (DPN) 20150326. In the event of a discrepancy between FAR 52.212-1 and the terms in this solicitation, the terms stated in this solicitation will govern. The North American Industry Classification Standard (NAICS) code is 335311 "Power, Distribution, and Specialty Transformer Manufacturing." Market research was conducted and it was determined that this acquisition warrants full and open competition in accordance with the simplified acquisition procedures of FAR Subpart 13.5 and the streamlined procedures of FAR Subpart 12.6. This strategy will allow all vendors, including small businesses, an opportunity to compete by providing a detailed quotation and product sample. The Associate Director for Small Business is in agreement with this determination. The Marine Corps intends to award a firm-fixed-price contract to fill a one-time purchase requirement for a commercial power distribution cable adapter. Quotations shall provide pricing for the following Contract Line Item Numbers (CLIN): CLIN 0001 Power Distribution Cable Adapter (IAW Statement of Objectives). CLIN 0001 shall be priced based on a one-time buy quantity of 200. The purchase description and a description of the cable adapter is contained in Attachment A. FAR provision 52.212-1, Instructions to Offerors - Commercial is applicable to this solicitation. The following addendum provides detailed instructions for the preparation of quotations. The closing date and time for this solicitation is 02 June 2015 at 14:00 (2 PM) EST time. Questions must be submitted no later than 2:00 PM EST 01 May 2015 to allow time to post responses. Submit quote and other inquiries to Ms. Tommie Klise at tommie.klise@usmc.mil. All responses shall include pricing for F.O.B Destination, commercial (one-year minimum) warranty information for the products (s), company point of contact information including CAGE code and DUNS number. Vendor must indicate their quote will be valid for a period of at least six (6) months. Vendors shall clearly and concisely document their ability to meet all Government performance requirements. The page limit for submissions is ten pages. No pages beyond ten will be evaluated by the Government. Submissions shall be prepared using "Arial" or "Times New Roman" 12-point font style on 8 ½ x 11 inch white paper with not less than 1" margins. Tables and illustrations may use a reduced font style, not less than 8 point. Performance Requirements Matrix: The vendor shall submit a matrix specifying how the products meet or exceed each applicable requirement specified within the Purchase Description (Attachment A). The Matrix may be submitted as an attachment to the pricing quote. All vendors are required to submit one (1) product sample of their proposed electrical cable adapter no later than 02 June 2015. Delivery of the product sample shall be made to: Marine Corps Systems Command, 2201A Willis St., ATTN: Contracts PG-15 (Ms. Tommie Klise), Quantico, VA 22134. Phone: 703.432.3649. As stated in FAR 52.212-1(d), these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense. Although the Government does not intend to perform any destructive testing, the Government is not responsible for any damage to the product sample, nor shall testing of the product sample form the basis of any claim against the Government. At the time of product sample delivery, the vendor shall provide the Government with a written inventory/description of the sample cable. Upon conclusion of use of the product sample, the vendor will be contacted for pickup of the product sample at its expense. Vendors should be aware that samples may be subjected to any performance element as outlined in the Performance Requirements. Vendors shall submit quotations via e-mail to the following email address: tommie.klise@usmc.mil with copy to Terence.mcginn@usmc.mil. The subject line of the e-mail shall include the following text: "Response to RFQ M67854-15-Q-5021 (company name here)." Delivery Requirements : Delivery of all items shall be no later than three months (90 days) after contract award. Quotations shall indicate the vendor's ability to satisfy this delivery requirement. Cable adapters will be delivered to the following address: TRAFFIC MANAGEMENT OFFICER MCLB BLDG 1221 DOOR 20 M/F FSD STOR MAINTBR WHSE 1231 DR 11 ALBANY, GA 31704-5000 M-F MMSA01 ASSY WAREHOUSE ATTN: Anthony High, Phone 229-639-5033 Evaluation : The provision at FAR 52.212-2, Evaluation - Commercial Items shall apply to this acquisition. A contract will be awarded to the responsible vendor whose technically acceptable quote is the lowest priced. The Government will evaluate vendor product submissions to determine its technical capability to meet the requirements contained in the Purchase Description (Attachment A). The product sample will be tested for: •· Connectivity to current power distribution. •· Continuity both with and without power (on and off). •· Durability via drop and pull. •· Ease of use/repair. Vendors who fail to address the delivery schedule or who propose a delivery schedule greater than three months (90 days) after contract award will not be considered eligible for award. Vendor quotations will be evaluated as either "acceptable" or "unacceptable." Vendors shall provide documentation such as test results, product specification sheet, industry standards, etc. to demonstrate the ability of its cable adapter to meet or exceed all requirements in Attachment A. Unsupported statements that the vendor meets a requirement, such as "Will Comply" or "Meets", may lead to a finding of technical unacceptability and make the vendor ineligible for award. Past Performance will not be evaluated as an individual factor. Instead, the Contracting Officer will consider Past Performance as part of the required responsibility determination for the awardee. Vendors shall provide relevant Past Performance information documenting their successful fielding of the required cable or similar cable(s) during the past five years. This Past Performance information will not be counted against the page limit. A lack of recent and relevant past performance will not result in a vendor's quotation being rejected if the quotation otherwise demonstrates that the vendor is able to satisfy the Government's technical requirements. Vendors should explain any adverse past performance information such as terminations for default or cause or delays in delivery. To obtain the vendor's evaluated price, the Government will multiply the vendor's unit quoted price by the quantity of 200. Award will be made to the responsible vendor evaluated as "acceptable" and having the lowest evaluated price. The vendor shall complete only paragraphs (b) of FAR provision 52.212-3 if the vendor has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov. If the vendor has not completed the annual representations and certifications electronically, the vendor shall complete only paragraphs (c) through (p) of the subject provision (Attachment B). The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The vendor is cautioned that the listed provisions may include blocks that must be completed by the vendor and submitted with its quotation. In lieu of submitting the full text of those provisions, the vendor may identify the provision by paragraph identifier and provide the appropriate information with its quotation. Also the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/index.htm Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes of Executive Orders--Commercial Items FAR 52.219-1 Small Business Program Representations FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR.52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52-222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-50 Combating Trafficking in Persons FAR 52-223-6 Drug-Free Workplace FAR 52-223-18 Ban on Texting While Driving FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation. (DEVIATION 2015-O0010) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7013 Duty-Free Entry DFARS 252.225-7036 Buy American Act DFARS 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.227-7015 Technical Data - Commercial Items DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items The provisions and clauses can be found at FAR websites: http://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Vendors are required to provide their Contractor's DUNS Number, Tax ID Number, and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the vendor. To be eligible for award, vendors are required to be registered in the System for Award Management (SAM).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-Q-5021/listing.html)
- Place of Performance
- Address: Delivery only:, Albany, Georgia, 31704, United States
- Zip Code: 31704
- Zip Code: 31704
- Record
- SN03706311-W 20150423/150421235502-3a297deb3986e8a874cc95aabe85e6ab (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 |