Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2005 FBO #1262
SOLICITATION NOTICE

37 -- Hydro Seeders

Notice Date
5/9/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 2200 Lester St, Quantico, VA 22134
 
ZIP Code
22134
 
Solicitation Number
M6785405R5098
 
Response Due
5/27/2005
 
Archive Date
6/26/2005
 
Description
Description: The Marine Corps Systems Command has a requirement for Skid and Trailer mounted Hydro Seeders, RFP M67854-05-R-5098. This procurement is 100 percent set-aside for small business concerns. The NAICS code for this procurement is 333111 with a size standard of 500 employees. This is a combined synopsis/solicitation for commercial items 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 subject Request for Proposals (RFPs) incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-03 and Defense Acquisition Circular 91-13. Scope: This purchase description establishes the performance requirements for the USMC Hydro Seeders. The Marine Corps is interested in procuring two variants of the Hydro Seeders, Trailer mounted and Skid mounted. Unless otherwise stated, all requirements refer to both variants. Intended Use of Hydro Seeders: The Hydro Seeders will be used to apply dust palliative agents to mitigate dusty environments in austere conditions. Characteristics: Trailer mounted Hydro Seeders must be maneuverable in soft sandy conditions. The trailer-mounted system must have off-road (high floatation) type tires (capable of both high speed highway travel and unimproved surface travel) that can be towed by a variety of tactical vehicles on unimproved roads. The trailer capacity shall be sufficient to support the working load of the system in off-road conditions. It shall have electric brakes on all axles, 24-volt compatible brake lights and connectors (MIL-STD-75021 and MIL-STD-75020 app! lies). The height of the towing eye (lunette) shall be adjustable (12-40 inches measured from the ground) and compatible with the pintle assembly of the Marine Corps Medium Tactical Vehicle Replacement (MTVR) or other military vehicles. The skid-mounted system must be capable of being mounted on the back of the MTVR vehicle (both the standard and long cargo bed variant). The skid-mounted system is mounted, via the International Organization for Standardization (ISO) corner fittings on the bed of the MTVR vehicle. The overall height of the skid-mounted unit shall not exceed 65 inches in the transportation mode. The skid-mounted system shall also have fork pockets accessible by a forklift from the either side. The fork pockets shall accept fork tines that are 72 inches long by 8 inches wide. Forklifts will only handle skid-mounted systems when empty. Both the trailer-mounted and skid-mounted systems shall have tiedown and lifting provisions (both crane and external hel! icopter lift). Tiedown and lifting provisions shall meet testing criteria of MIL-STD-209J when transported at the empty weight of the system. The tiedown provisions of the Hydro Seeder shall also meet testing criteria of MIL-STD-810F for rail impact test. The Hydro Seeder should have multiple methods of applying dust control palliatives; (1) Tower Gun shall be capable of spraying out to 150 feet (nozzle set of 4: 2 long distance, 1 wide fan, 1 narrow fan), (2) Spray Hose (minimum of 200 feet length and 1 ? inch diameter rubber hose) with a set of nozzles capable of long distance, wide fan, and narrow fan spray, and (3) Distribution Bar mounted on the rear of the unit that is capable of being folded or removable for ease of transportability. The Distribution Bar shall have an adjustable bar height from 18 to 36 inches. It shall be a minimum of 2 inch line with 4 sets of 5 wide-fan nozzles; 1 set of nozzles with a minimum 10 GPM @ 40 psi, 1 set with minimum 20 GPM @ 40 ps! i, 1 set with minimum 30 GPM @ 40 psi and 1 set with minimum 40 GPM @ 40 psi. Operational Effectiveness: Unless otherwise specified, the commercial product, material composition, and manufacturing processes associated with the Hydro Seeders are the prerogative of the offeror. Any resulting product submitted to the government shall fully comply with performance parameters, functional interface requirements, and characteristics specified herein. All parameters specified as objectives are subject to the offeror's discretion for performance consideration, or tradeoff. Characteristics shall facilitate intended employment of the Hydro Seeders. All physical characteristics of the Hydro Seeders shall be compliant with best commercial practices. The trailer-mounted system shall have an objective length of no more than 16 ? ft. Finishes/Coating: The Hydro Seeders shall have a corrosion resistant finish applied to all exposed surfaces. The Hydro Seeders shall have a flat, non-! reflective finish on all of its components. Weight: The working weight of the skid-mounted system shall not be more than 15,000 lbs. The palliative tank shall be made of stainless steel. The tank shall have a mechanical agitator with a variable speed reversible hydraulic motor, valve control and liquid re-circulation system. The tank capacity of the trailer-mounted system shall be in the range of 800 ? 950 gallons and for the skid-mounted system shall be in the range of 1150-1250 gallons. Both systems shall have a flush tank with no less than 100-gallon capacity. The Hydro Seeder pump shall be centrifugal 4 x 2 inch, 170 GPM @ 100 psi, solid clearance adjustable, direct drive with center clutch or similar configuration. The Hydro Seeder engine shall be capable of operating on multiple fuels (diesel fuel and JP-8). The Hydro Seeder systems shall have storage boxes to contain all accessories (e.g. nozzles, etc.). Locations of storage boxes shall not impede the shippi! ng/transportation of the Hydro Seeder. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the Hydro Seeders and all components. The government intends to accomplish limited testing, relying instead upon offeror data to substantiate quality, manufacturing processes, and performance of the Hydro Seeders. The offeror shall provide evidence of, and warrant conformance and compliance with, applicable standards and practices. The government reserves the right to validate conformance through independent analyses, inspections and/or testing should such action be deemed necessary. Packaging: Best commercial practices. Commercial Warranty: The Hydro Seeders shall be warranted to comply with the performance criteria established as a result of this specification as incorporated into the offeror's conforming product. Any additional warranty provisions or exclusions! shall be clearly stated in the offerors' proposal submission. The Government anticipates issuing an ID/IQ Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and period of performance are as follows: 12 months after contract award with four 1-year Option CLINs (Maximum ordering period is not to exceed 60 months). Contract Minimum is 25 Trailer mounted units (CLIN 0001) and 25 skid mounted units (CLIN 0002). Contract Maximum quantity is 40 Trailer mounted units (CLIN 0001) and 40 Skid mounted units (CLIN 0002). Order Minimum quantity is 1 Trailer mounted unit (CLIN 0001) and 1 Skid mounted unit (CLIN 0002). Order Maximum quantity is 40 Trailer mounted unit (CLIN 0001) and 40 Skid mounted unit (CLIN 0002). The Hydro Seeder will be sent F.O.B. destination throughout the United States, including Hawaii. Offerors may delineate their pricing based upon their own determination of economic production lots (e.g., 1 - 10, $xx; 11 - 20, $xx) for t! he base year and four option years. However, the price will be evaluated on a quantity of 25 units for both the trailer mounted and skid mounted units for each year. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items (January 2005): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal as elements of their offer. An original and three (3) written copies of the proposal are required. Offerors may use product literature in their technical proposals; however, any ambiguities noted in the technical capability of the product 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 content. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 point! s. 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 technical/business proposal shall not exceed 35 total pages, inclusive of product literature. 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 2:00PM (EST) June 1, 2005: COMMANDER, Attn: Ms. Peggy L. Hake, CTQPLH, MARCORSYSCOM, 2200 Lester St., Quantico, VA 22134-5010. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Evaluation Factors: Operational Effectiveness - Describe your ability to currently meet the performance requirements stated in this purchase description and to deliver the appropriate quantities required herein by August 30, ! 2005. Ensure that your stated response addresses overall product compatibility, as well as any additional features not specifically cited in the purchase description. Address any specific commercial, or extended warranty provisions for the resulting product. Provide evidence of product quality, any certifications for use, safety, and reliability in your proposal. Past Performance - Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Relative Order of Importance: (i) Operational Effectiveness - Most important. (ii) Past Performance - Less important. Price - Evaluated, but not rated. Award shal! l be made to the offeror whose proposal presents the best value to the government. In making its "Best Value" determination, the Government will consider operational effectiveness and past performance merit to be of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. 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. FAR Clauses: 52.212-3, Offeror Representations and Certifications, (Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representa! tions and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of! your signature, or list any changes. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into! the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help). 52.204-7 Central Contractor Registration, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.2! 22-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18 Availability of Funds, 52.247-34 F.o.B. Destination. DFARS clauses: 252.211-7003, 252.204-7004, 252.212-7001, and 252.225-7000. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information avail! able at no cost is located at http://www.wawftraining.com.
 
Record
SN00803472-W 20050511/050509212143 (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.