SOLICITATION NOTICE
23 -- Light Tactical Trailer - Marine Corps Configuration (LTT - MCC)
- Notice Date
- 5/2/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- M67854 Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785406R5083
- Response Due
- 6/15/2006
- Archive Date
- 7/15/2006
- Description
- Combined Synopsis / Solicitation Light Tactical Trailer ? Marine Corps Configuration The Marine Corps Systems Command has a requirement for a USMC variant to the Heavy Chassis Variant of the Light Tactical Trailer, NSN 2330-01-387-5424 that is towable in tactical environments by the High Mobility Multi-Purpose Wheeled Vehicle (HMMWVA2). This trailer variant will be termed the Light Tactical Trailer ? Marine Corps Configuration (LTT-MCC). This procurement is 100 percent set-aside for small business concerns. The NAICS code for this procurement is 336212 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) M67854-06-R-5083 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-09 and Defense Acquisition Circular 91-13. Scope: Procurement of commercial based LTT-MCCs along with selected data items. Intended use of the LTT-MCC is to provide in expeditionary environments a trailer assembly that can be towed by the family of HMMWVs A2 and Expanded Capability Versions of the HMMWV, and provide mounting provisions for various pieces of USMC power generation, lighting, and general purpose equipment. Characteristics: The Government?s objective performance characteristics are provided in the attached Performance Specification. Unless otherwise specified, the design, material composition, and manufacturing processes associated with the LTT-MCC are the prerogative of the offeror. It is understood all parameters in the Specification may not be fulfilled, with the exception that the Critical Performance Parameters must be met for minimum acceptability. All other parameters specified are objectives and are subject to the offeror's discretion for design/performance consideration, or tradeoff. The offeror's Product Specification and technical proposal may subsequently be incorporated into the contract. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the LTT-MCC and all components as stated by the offeror in its proposal. The Government intends to conduct hardware evaluation during source selection to substantiate performance of the LTT-MCC in support of selecting a single vendor and product configuration. The Government will conduct tailored verification testing of production articles following contract award. Packaging: Best commercial practices. Commercial Warranty: The offeror shall offer and fully describe a warranty of its proposed product. All warranty provisions or exclusions shall be clearly stated in the offeror's proposal. The Government anticipates issuing an Indefinite Delivery / Indefinite Quantity (ID/IQ) Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and period of performance are as follows: Contract Minimum is 5 units. Contract Maximum Quantity is 3500 units. Order minimum Quantity is 1 unit. Order maximum quantity is 3500 units. Options may be exercised at any time during the contract. Period of Performance: 12 months beginning on the effective date of contract award with (4) four 12-month option periods (maximum ordering period not to exceed 60 months). These units will be shipped F.O.B. to both west coast locations (Barstow California or Port Hueneme California) or east coast locations (Albany Georgia or Gulfport Mississippi). Contract Line Items are stipulated and described in the attached Statement of Work (SOW). The following is the anticipated pricing structure: CLIN 0001 Light Tactical Trailer ? Marine Corps Configuration (LTT-MC) with Warranty CLIN 0002 Test Support Package CLIN 0003 Technical Publications CLIN 0004 Technical Meetings / Reviews Offerors may propose stepladder quantity pricing, (e.g., 1 - 25, $xx; 25 - 50, $xx) for the Base Year i.e. CLIN 0001 and Option CLINs 0101, 0201, 0301 and 0401. However, the price will be evaluated on a quantity of 500 for CLIN 0001; quantity of 750 for CLINs 0101; quantity of 750 for CLIN 0201; quantity of 750 for CLIN 0301; and quantity of 750 for CLIN 0401. CLINs 002, 0003, and 0004 shall have a quantity of 1 in the Base year. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2006): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal and one sample of their product for Government testing as elements of their offer. One (1) original and five (5) paper copies of the proposal are required. 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 points. Foldouts are not allowed. All material submitted shall 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 25 total pages, inclusive of product literature. The technical/business portion shall include a description of their Technical Approach and a copy of the Product Specification with drawings that describes levels of performance proposed and conformance to mounting instructions. Offerors are encouraged to provide any applicable and pre-existing test data and certifications indicating that the LTT-MC, through demonstrating, testing and verifying, operates safely within the stated environment and accomplishes the capabilities stated in the Production Specification. Any ?value-added? features that will contribute to the overall accomplishment of the LTT-MC program shall be identified. These elements shall be quantified from the standpoint of improvements to configuration change, performance, cost reduction, innovative business strategies, or other measures the offeror believes will contribute to program execution. The offeror shall describes its delivery schedule and ability to conduct for the duration of the contract configuration management and product quality control within constraint s of program cost structure, purchasing arrangement for this contract as a commercial item. The business approach to publications requirements that will be furnished with the product and stand-alone (including copyright release) in accordance with the Statement of Work shall be addressed. The description of drawings, parts lists, and materials must be commensurate with stated desires and standards. Warranty coverage and warranty procedures, to include flow-thru warranties, system warranty, and component warranty shall be described. Specific examples of favorable recent past performance shall be provided. These shall illustrate evidence of ability to produce, deliver, and warrant your product inclusive of existing production facilities and capacity, past hardware deliveries and usage with military customers, delivery schedule compliance, quality of products and services, overall customer satisfaction with products and services, and management of technical and business aspects of the company. 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. Offerors with no relevant Past Performance Information should indicate this in their proposals. To supplement their written proposal, offerors are encouraged to provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, or other parameters being evaluated. 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. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. The Product Specification and any existing test reports and external agency certifications for the LTT-MC that is being proposed, or its components, shall be provided on the CD ROM and are not within the 25 page limit. Prior examples of publications are also encouraged to be provided on the CD ROM. 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) 15 June 2006 COMMANDER, Attn: Mr. Moxi Mi, CT025-GTES, MARCORSYSCOM, 2201A Willis Street, Quantico, VA 22134-5060. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. The offerors must provide one representative system of the LTT-MCC configuration as proposed no later than the time deadline for proposal submission. Delivery shall be made to Quantico Marine Corps Base, Quantico Virginia. The Point of Contact listed at the bottom shall be contacted for exact delivery address. Delivery can take place anytime between 1 June 2006 and 15 June 2006. The Offerors shall make the Product Sample available for Government testing for a period no less than 2 months. At time of delivery, the Offerors shall provide the Government with a written inventory of all property. Upon conclusion of use of the Product Sample, the offerors will be contacted for pickup of the Product Sample. All transportation costs to and from Quantico Virginia are the responsibility of the offerors. Offerors should be aware that samples may be damaged or destroyed in the testing/evaluation process. The Offerors shall provide all technical information and training required for the safe operation of the Product Sample. The Product Sample shall be furnished in a ready for issue condition. The Government will provide no Government Furnished Equipment for either proposal effort or under an awarded contract. MARCORSYSCOM?s use of the Product Sample does not constitute and shall not be construed by the Offerors to be an endorsement, sponsorship, approval, or promotion of the Product sample. The Offerors shall not take any actions which represent or give the appearance of an endorsement, sponsorship, approval, or promotion of the Product sample by the Unites States Marine Corps or the United States Government. This Product sample provision shall be at no cost to the Government and shall not be used as a basis for any claim against the Government. This includes all claims whether in tort or contract. Accordingly, the Government shall not be liable to the Offerors for any damage to, loss of, or destruction of the Product Sample. Any third party claim for property damage or personal injury arising from the use of the system will be handled in accordance with the Federal Tort Claims Act. The offerors shall provide with their proposal AND with the Product Sample any and all certification of trailer system to meet applicable Federal Motor Vehicle Safety Standards. This shall not count against the 25 page count limit. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Relative Order of Importance: (i) Operational Effectiveness (to include Technical Approach, Pre-existing test data and certifications, Management of Configuration and Quality of Products, and Product Sample testing results) - Most important. (ii) Past Performance - Less important; (iii) Supportability (to include existing publications and data, and warranty provisions) - Least 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 overall technical, past performance, and supportability 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) 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, 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). 52.212-4 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 Special 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, 52.204-7 Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.232-18 Availability of Funds, 52.247-34 F.O.B. Destination. Additional clauses that apply are: 52.216-18 Ordering (Fill-in: (a) Data of contract through succeeding 60 months), 52.216-19 Order Limitations (Fill-in: (a) 1, (b) (1) 3,500, (b)(2) 3,500, (b)(3) 30, 52.216-22 Indefinite Quantity (Fill-in: (d) 12 months after contract expiration), 52.217-7 Option for Increasing Quantity-Separately Priced Line Item (Mar 1989). Full text of these provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/. DFAR Clauses: 252.212-7001 Contract Terms! and Conditions Required to Implement Status or Executive Orders Appli cable to Defense Acquisitions of Commercial Items within this clause, the following clauses apply: 252.227-7015 Technical Data--Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronic Submission of Payment Requests. Additional DFAR Clauses that apply are: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation. Full text of these provisions may be accessed on-line at http://www.acq.osd.mil/dpap/dfars/index.htm. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.232-7003, 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. ATTACHMENT: Performance Specification and Statement of Work. Point of Contact Moxi Mi, Contract Specialist, Phone (703) 432-5013, Fax (703) 432-5029, Email moxi.mi1@usmc.mil.
- Record
- SN01039441-W 20060504/060502221254 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |