Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2004 FBO #0801
SOLICITATION NOTICE

10 -- M9 Receiver Assembly's complete PN-UD5AO756

Notice Date
2/4/2004
 
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
M67854-04-R-1032
 
Response Due
3/3/2004
 
Archive Date
3/4/2004
 
Point of Contact
Alice Pladson, Contract Specialist, Phone 7034323736, Fax 7034323531, - Larry Gillman, Contract Specialist, Phone 703-432-3729, Fax 703-432-3531,
 
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 25,891 M9 Receiver Assembly?s complete PN-UD5AO756 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 M67854-04-R-1032 is a Request for Proposal (RFP) and incorporated provisions and clauses 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 proposal 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 provides 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) inclusive of formulas, 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 arrive at the following location no later than 1:00 PM (EST) 3 March 2004; 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 M9 Receiver Assemblies. 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 (or part of an offer), whether or not there are negotiations.
 
Place of Performance
Address: COMMANDING GENERAL, MARINE CORPS SYSTEMS COMMAND, ATTN: IWS, 2200 LESTER STREET, QUANTICO, VA
Zip Code: 22134
Country: USA
 
Record
SN00515954-W 20040206/040204212752 (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.