SOLICITATION NOTICE
23 -- Military Motorcycles, Helmets, and Support Manuals
- Notice Date
- 8/5/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- M67854 Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785405R5175
- Response Due
- 8/19/2005
- Archive Date
- 9/18/2005
- Description
- The Marine Corps System Command has a requirement for Military Motorcycles, Helmets, and Support Manuals. 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. The subject Request for Proposals (RFPs), M67854-05-R-5175 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-05 and Defense Acquisition Circular 91-13. REQUIREMENT: CLIN 0001, -Qty 1-69 Military Motorcycles NSN# 2340-01-465-2533 (Green); CLIN 0002- Qty 1-69 Full Support Paper Manuals; CLIN 0003- Qty 5 Electronic Copies; CLIN 0004- Qty 1-69 Medium Helmets (green) NSN# 2340-09-000-3614; CLIN 0005- Qty 1-69 Large Helmets (Green) NSN# 2340-09-000-3606. Maximum Quantity is 69 units. Contract Minimum is 15 units. However, the price will be evaluated on a quantity of 15. The Government anticipates issuing an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) commercial contract to the successful offeror. Offerors may propose stepladder quantity pricing (e.g., 1 - 10, $xx; 11 - 20, $xx). Period of Performance: 12 months after contract award with four 12 month Option CLIN. Vendors shall recommend a spare parts package with pricing for the motorcycles. These units shall be shipped F.O.B destination to Distribution Branch Fleet Support Division Bldg 1221 MCLB Albany, GA 31704. The motorcycles shall be w! arranted 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. Vendors shall provide detailed information on their warranty. 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) August 19, 2005: COMMANDER, Attn: Ms. Stef! anie 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 purchase requirements. Ensure that your stated response addresses overall product compatibility, as well as any additional parameters not specifically cited in the purchase requirement. Address any specific commercial or extended warranty provisions for the resulting product. Delivery Schedule - Provide your delivery schedule schedule to meet this requirement. The Government?s desired delivery time for the units is 120 days after contract award. Offeors are encouraged to provide alternative delivery schedules if the 120 day delivery cannot be met. Past Performance - Provide specific examples of favorable recent past performance t! hat 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) 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 inthe 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) 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 representatio! n 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 c! reating 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 in! formation 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 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, 52.222-37 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 wi! ll 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
- SN00863791-W 20050807/050805212823 (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 |