Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2003 FBO #0594
SOLICITATION NOTICE

10 -- M203 Quandrant Sight Spacers for the M16A4 Rifle

Notice Date
7/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-03-R-1094
 
Response Due
7/29/2003
 
Archive Date
8/13/2003
 
Point of Contact
Alice Pladson, Contract Specialist, Phone 7037842006 x2703, Fax 7037842314, - Larry Gillman, Contract Specialist, Phone 703-432-3099, Fax 703-432-3291,
 
E-Mail Address
pladsonac@mcsc.usmc.mil, gillmanld@mcsc.usmc.mil
 
Description
This notice is a combined synopsis/solicitation on behalf of the Marine Corps Systems Command (MCSC) for the procurement of 3,155 M203 Quandrant Sight Spacers for the M16A4 Rifle in accordance with FAR Part 12.6 for commercial items as defined in FAR Part 2.1, and as supplemented with additional information included in this notice. The effort is being procured utilizing full and open, best value competition. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation M67854-03-R-1094 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. The Government anticipates issuing a Firm Fixed Price (FFP) contract to the successful offeror that represents the lowest price/technically acceptable offer. All future information relative to this procurement, including all documentation such as the Purchase Description (file download MS Word), will be available to industry through the MARCORSYSCOM website: www.marcorsyscom.usmc.mil. Federal Acquisition Regulation 52.212-1, Instructions to Offerors ? Commercial Items: Offerors shall submit a combined technical/business proposal as an element of their offer. Offerors shall not submit more than one (1) offer in response to this solicitation. An original and two (2) copies of the offer are required. Offerors must submit Contractor Name, Address, DUNS, Cage Code and Tax Identification Number (TIN). Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the products may have an adverse impact on your evaluation. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its contents. The business matter shall ensure that all elements of the Schedule of Supplies, corresponding tables, and appropriate representations and certifications are completed. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Procuring Contracting Officer (PCO). Proposals shall be prepared using ?Arial? or ?Times New Roman? 11-point font style on 8 ? X 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provided identification of the submitting Offeror in the header or footer. Page count for the combined business proposal shall not exceed 10 total pages, inclusive of product literature. To supplement their written proposal, offerors may provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, safety and reliability. There is no limitation for the content of the CD-ROM, however all material provided through this medium shall be appropriately referenced in the written proposal, the CD-ROM shall not be considered a stand-alone element of the offer. To support their business offer, offerors are requested to submit electronic pricing workups (e.g., Schedule of Supplies) (e.g., MS Excel) also on the CD-ROM. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 1:00 PM (EST) 29 July 2003; COMMANDING GENERAL, Attn: Alice C. Pladson, IWS-AP, MARCORSYSCOM, 2200 Lester Street, Quantico, VA 22134-6050. NOTE: Offerors are advised that proposals sent by conventional US Mail Service are not routed to the above address. Proposal Content: Describe your ability to currently meet the performance requirements stated in the Purchase Description for the Capability Sets. Ensure that your stated response addresses any specific commercial, or extended warranty provisions. . 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 (part of an offer), whether or not there are negotiations. Far Clauses: 52.212-4 Contract Terms and Conditions-Commercial Items. As prescribed in 12.301(b)(3), insert the following clause: Contract Terms and Conditions-Commercial Items (Feb 2002) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Government wide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and OMB prompt payment regulations at 5 CFR part 1315. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be consider
 
Place of Performance
Address: MARINE CORPS SYSTEMS COMMAND, 2200 LESTER STREET, QUANTICO, VA
Zip Code: 22134-5010
Country: UNITED STATES
 
Record
SN00370889-W 20030716/030714213650 (fbodaily.com)
 
Source
FedBizOpps.gov 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.