SOLICITATION NOTICE
38 -- Purchase 400 commerical 7.5 ton slings
- Notice Date
- 6/9/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- M67854 Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785405R5120
- Response Due
- 6/21/2005
- Archive Date
- 7/21/2005
- Description
- The Marine Corps Systems Command has a requirement to purchase 400 commercial 7.5 ton slings that are compatible with the Marine Corps Kohering AMC-110, 7.5 ton cranes. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 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. FAR 13 applies. This procurement is 100% set-aside for small business concerns. DO Rating. The NAICS code for this procurement is 421810 with a size standard of 500 employees. This announcement constitutes the only solicitation. The subject Request for Proposals (RFPs), M67854-05-R-5120 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-03 and Defense Acquisition Circular 91-13. PURCHASE DESCRIPTION: The 7.5 ton sling is a lift equipment. The sling must be able to lift and hold 7.5 U. S. tons; possess four independent legs not to exceed 7 ft in length; all four legs shall connect with a master link that fits a hook throat spread of four inches; each sling leg shall have a portion of chain at the end, not to exceed four ft (for a total length of 11 feet), and shall have a positive locking device for chain links so that the chain portion can form a loop. The entire sling shall not exceed 80 pounds in weight. The entire sling assembly shall be certified in accordance with ANSI B30.9, and tagged as such, each sling set should have its own carrying bag/container. The certification tag shall be attached to the sling assembly using best commercial practices. VERIFICATION: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the sling set and all componen! ts. The government does not intend to test the sling set, relying instead upon offeror data to substantiate design quality, manufacturing processes, and performance of the sling sets. 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: Packaging shall be by best commercial practices. The sling sets shall be warranted to comply with all design and 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. Orders will be issued in accordance with the selected offe! rors ability to produce and deliver the quantities specified herein. Quantities and period of performance are as follows: Period of Performance: 12 months after contract award with one 12 month Option CLIN. Maximum Quantity is 400 sling sets. Contract Minimum is 2 units. These units will be shipped F.O.B. destination throughout the Continental United States including Hawaii. CLIN 0001, Base Year, Qty 1-400. Option CLIN 0002, Qty 1-400 Offerors may propose stepladder quantity pricing, (e.g., 1 - 10, $xx; 11-20, $xx). However, the price will be evaluated on a quantity of 100 units. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2005): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal. An original and one (1) copy of the proposal is required and can be submitted via CD ROM. 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 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 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 12:00PM (EST) June 21, 2005: COMMANDER, Attn: Ms.Stefani! e Conway, CTQ, MARCORSYSCOM, 2200 Lester Street, Quantico, VA, 22134. 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 the purchase description. Ensure that your stated response addresses overall product compatibility, as well as any additional parameters not specifically cited in the purchase description. Address any specific commercial or extended warranty provisions for the resulting product. Delivery Schedule - Provide your delivery schedule to meet this requirement. 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 contr! acting 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) Delivery Schedule- Next order of importance (iii) Past Performance - Less important. Price - Evaluated, but not rated. Award shall 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, Delivery Schedule, and Past Performance 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 foracceptance 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) will require the use of the Online Representations 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, gov! ernment 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). 52.212-4 Cont! ract 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, 52.222-37 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.. 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 available at no cost is located at http://www.wawftraining.com.
- Record
- SN00826146-W 20050611/050609212646 (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 |