Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2005 FBO #1235
SOLICITATION NOTICE

84 -- Cold Weather Hydration Set

Notice Date
4/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
22134-5010
 
Solicitation Number
M6785405R3035
 
Response Due
4/25/2005
 
Archive Date
5/27/2005
 
Point of Contact
Peter A. Stabile (703) 432-3270 Dorinne M. Rivoal (703) 432-3274
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is M67854-05-R-3035 and is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. The NAICS code is 423910 and the small business size standard is 100 employees. The requirement is for a Cold Weather Hydration Set, which is both Berry Act (10 USC 2533a) and Buy American Act (41 USC 10a-10d) compliant. For the Berry Act this means a product consisting of natural and/or synthetic fiber products, either as end products or components, that are 100% USA grown, reprocessed, reused or produced, as well as products containing specialty metals that are melted in the US, its possessions or Puerto Rico, or a qualifying country (see Defense Federal Acquisition Regulation Supplement (DFARS) 225.872-1). Note: the requirement for specialty metals does not apply to specialty metals purchased by a subcontractor at any tier. However such products should still comply with the Buy American Act. This means essentially an end product manufactured in the US or a qualifying country when the cost of its qualifying country and US components exceeds 50% of the cost of all components. Note: The end product for this procurement is considered to be the compl! ete set (see below). Offers will be considered that are not Buy American Act compliant. However, offerors must indicate this non-compliance in DFARS 252.225-7000, Buy American Act - Balance of Payment Program Certificate (April 2003). The cold weather hydration set will consist of: Two (2) Wide Mouth 32oz Bottles w/Lid, Bottle Color: Grey, Lid Color: Black; Two (2) Water Bottle Parkas with a quick attachment strap system, Color Black; and One (1) Cup, Stainless Steel or equivalent. Each set shall be delivered as an integrated system with all components integrated to form a complete set. The proposals must contain manufacturer, make and/or model number and descriptive information, e.g. descriptive literature that addresses the capability of all items to meet the Performance Characteristics. PERFORMANCE CHARACTERISTICS: Wide Mouth 32oz Bottles w/Lid Must be made with a super-tough Lexan material Must be shatter proof Must have the capacity to hold 32 oz of liquid (hot or cold) Must be cylindrical in shape The bottle must have a wide-mouth opening diameter of 63 mm The bottle must be made resistant to staining The bottle must not retain odors Must withstands temperatures from a negative 135 degrees (-135) C (-211F) to positive 135 degrees (135) C ( 275 F) Lid must fit firmly so as not to come loose Lid must not leak Lid must be in a screw-on form with a loop-top to secure the cap to the bottle Water Bottle Parka: Must have the ability to keep liquid hot for up to 8 hours Must prevent bottle from freezing in extreme cold weather Must keep liquids cool for several hours in desert type conditions Must be constructed as to securely close in the entire cylindrical bottle with/with out cup Must be foam insulated with a Hydroseal 200 coated shell fabric Must have a system that allows for closure from the top Must have a quick attachment strap or equal system with a 2-inch Velcro Webbing Must have MOLLE compliant straps to weave through webbing of the pack and the new Marine Corps Individual Load Bearing Equipment (ILBE) and the Load Bearing Vest (LBV) system Cup, Bottle Water 32oz Cylinder: Cup must be made of a Stainless Steel or equivalent material and must not rust. Cup must be corrosion-resistant with graduations for measuring volume Cup must have folding retractable handle(s) Cup must fit perfectly on the base of a one-quart wide mouth water bottle Cup must fit the bottle without excess space Must be capable of being used to heat foods and liquids over an open flame without damage to the cup Cup must be able to seat 1/3 the volume of the bottle Cup shall be cylindrical in shape Cup shall consist of a body, a folding handle, (or similar design). The cup finish shall be clean and free of stains, die marks, dents, burrs, sharp edges, scratches, slivers, pits, and deformities. All components of the cup shall be given a uniform lusterless finish. The contract line item numbers, items, quantities, units of measure, and delivery information are as follows: Line Item 0001 – Cold Weather Hydration Set. Quantity is 15,000 sets. Inspection and Acceptance at Destination. Delivery is FOB Destination to commence within 45 days of contract award to Commanding General, TMO MF MMC199 I MEF, TAP 1st Supply Bn, Bldg #22114 9th Street, Camp Pendleton, CA 92055-5627, (760) 725-4228/3544. Deliveries shall be at a minimum rate of 1,000 units per month to be completed by 31 JUL 2005. Line Item 0002 - Cold Weather Hydration Set. Quantity is 18,000 sets. Inspection and Acceptance at Destination. Delivery is FOB Destination to commence within 45 days of contract award to Commanding General, II MEF, TMO MF M93135, CTAP 2nd Supply Bn, Bldg #1317 Louis Road, Camp Lejeune, NC 28542-5000, (910) 451-1000. Deliveries shall be at a minimum rate of 1,000 units per month to be completed by 31 AUG 2005. Line Item 0003 - Cold Weather Hydration Set. Quantity is 5,000 sets. Inspection and Acceptance at Destination. Delivery is FOB Destination to commence within 45 days of contract award to Commanding General, III MEF, TMO MF SUPO MMK107, MF TAP CSSG-3, BLDG #270, MCBH, Kaneohe Bay, HI 96863-3032, (808) 257-0842/1080. Deliveries shall be at a minimum rate of 1,000 units per month to be completed by 31 AUG 2005. Line Item 0004 - Cold Weather Hydration Set. Quantity is 10,000 sets. Inspection and Acceptance at Destination. Delivery is FOB Destination to commence within 45 days of contract award to Commanding Officer, Mountain Warfare Training Center (MWTC), Attn: SupO (TAP) Bldg #2001 HC83 Box #1, Bridge Port, CA 93517-9802, (760) 932-1541. Deliveries shall be at a minimum rate of 1,000 units per month to be completed by 30 SEP 2005. The Government will consider alternate delivery schedules to those stated above. BASIS OF AWARD: Award will be based on the low priced, technically acceptable offer. APPLICABLE PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses in their latest editions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) without addenda, 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) – a completed copy of provision 52.212-3 shall be submitted with all proposals, 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2003) without addenda, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Dec 2004) – the following clauses incorporated in 52.212-5 are also applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), 52.221-21 Prohibition of Segregated Facili! ties (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Certain Foreign Purchases (Dec 2003), 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003),- an award can only be made to contractors registered in the Central Contractor Registration (http://www.ccr.gov., The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses in their latest editions apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.212-7000 Offeror Representations and Certifications--Commercial Items (Nov 1995), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2004) - the following clauses incorporated in 252.212-7001 are also applicable: 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004), 252.225-7014 Preference for Domestic Specialty Metals (APR 2003), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004), 252.243-7002 Requests for Equitable Adjustment (MAR 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Se! a (Mar 2000); 252.225-7000, Buy American Act – Balance of Payment Program Certificate (APR 2003) (a completed copy of provision 252.225-7000 shall be submitted with all proposals). This procurement is Defense Priorities and Allocations System (DPAS) rated DO. Offers are due by 2:00 25 APR 2005. Offers may be mailed to, submitted electronically, or by facsimile as follows: Peter A. Stabile Contracting Officer United States Marine Corps Marine Corps Systems Command Combat Equipment and Support Systems 2200 Lester Street Quantico, VA 22134-5010 Voice: (703) 432-3270 DSN: 378-3270 FAX: (703) 432-3262 peter.stabile@usmc.mil Information regarding this solicitation may be directed to the above individual. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M67854/M6785405R3035/listing.html)
 
Record
SN00786398-F 20050414/050412212042 (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.