Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
SOLICITATION NOTICE

61 -- Solar Portable Alternative Communications Energy System (SPACES) Multipurpose Solar Device (MSD)

Notice Date
3/13/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785408R5094
 
Response Due
5/14/2008
 
Archive Date
6/14/2008
 
Point of Contact
Mr. Moxi Mi 703-432-5013
 
Description
Solar Portable Alternative Communications Energy System (SPACES) Multipurpose Solar Device (MSD) Classification Code: 61 The Marine Corps Systems Command has a requirement for up to 2,000 Multipurpose Solar Devices to provide portable electric power to operate communications equipment, computers, and other electronic peripheral equipment in mobile, tactical, or remote environments. The MSD is a member of a larger family of alternative energy devices that are being procured under the Solar Portable Alternative Communications Energy System project, which is a sub-component of the Alternative Power Sources for Communications Equipment project. The SPACES family has several functional requirements, including: a solar powered lead-acid battery charger for generators, a solar powered lead-acid battery charger for vehicles, a solar charger for rechargeable tactical radio batteries, a solar power adaptor and battery charger for laptop computers, a solar power adaptor and battery charger for 12 Volt tactical radios, a solar power adaptor and battery charger for 24 Volt tactical radios, an d a solar powered variable power supply. The MSD device will minimally look to include the following functionality: a solar charger for rechargeable tactical radio batteries and a solar power adaptor and battery charger for 12 Volt tactical radios. Optimally, the MSD will also be able to serve as a solar power adaptor and battery charger for laptop computers and a solar power adaptor and battery charger for 24 Volt tactical radios. 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. The NAICS Code for this requirement is 335999 with a size standard of 500 employees. This is 100% Small Business Set-Aside. The subject Request for Proposals (RFPs), M67854-08-R-5094 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-08 and Defense Acquisition Circular 91-13. Scope: The proposed MSD device shall address the technical requirements listed in the performance specification listed in the attached Statement of Objectives (SOO). Intended use: The MSD will combine solar power, power management devices, and adapter cables to provide portable electric power to operate communications equipment, computers, and other electronic peripheral equipment in mobile, tactical, or remote environments. Characteristics: The required MSD characteristics are described in the performance specification listed in the attached SOO. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the MSD and all components. Packaging: Best commercial practices. Commercial Warranty: Warranty provisions or exclusions shall be clearly stated in the offerors' proposal submission. The Government anticipates issuing an Indefinite Delivery, Indefinite Quantity (ID/IQ) Firm Fixed Price (FFP) commercial contract to the successful offeror. Dollar value and period of performance are as follows: Period of Performance: up to 48 months beginning on the effective date of contract award Contract Minimum Quantity is 20 units Contract Maximum Quantity is 2,000 units Order Minimum Quantity is 1 unit Order Maximum unit is 2,000 units These units will be shipped F.O.B. destination throughout the Continental United States. The primary destinations will be Camp Pendleton, CA, Camp Lejeune, NC, Twenty-nine Palms, CA, and Albany GA. Offerors may propose stepladder quantity pricing, (e.g., 1 - 20, $xx; 21-49, $xx; 50+, $xx) for the Base year i.e. CLIN 0001 and years 0101, 0201, and 0301 respectively. However, the price will be evaluated for each CLIN based on the following quantities: Quantity of 500 for CLIN 0001 (MSD Base Kit) for ordering period from the date of award to 30 September 2008 Quantity of 500 for CLIN 0002 (MSD Solar Panel) for ordering period from the date of award to 30 September 2008 Quantity of 500 for CLIN 0101 (MSD Base Kit) for ordering period from October 1, 2008 to 30 September 2009 Quantity of 500 for CLIN 0102 (MSD Solar Panel) for ordering period from October 1, 2008 to 30 September 2009 Quantity of 500 for CLIN 0201 (MSD Base Kit) for ordering period from October 1, 2009 to 30 September 2010 Quantity of 500 for CLIN 0202 (MSD Solar Panel) for ordering period from October 1, 2009 to 30 September 2010 Quantity of 500 for CLIN 0301 (MSD Base Kit) for ordering period from October 1, 2010 to 30 September 2011 Quantity of 500 for CLIN 0302 (MSD Solar Panel) for ordering period from October 1, 2010 to 30 September 2011 No non-recurring or development costs and shipping costs should be included as separate cost items in the proposal; pricing should be for hardware items only. 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 functioning sample of their proposed product for limited verification testing along with draft operator?s manual. Performance of the product sample will be evaluated against the performance specification. Failure to submit a product sample will make an offeror?s proposal unacceptable. An original and two (2) written copies of the proposal are required. Proposals shall be prepared using "Arial" or "Times New Roman" 12-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/busine ss proposal shall not exceed 50 total pages, not including the draft operator?s manual. All printed material, except for the draft manual, counts towards the 50-page limit. 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) on 14 May, 2008: 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 offeror must provide one production representative product sample of the MSD configuration as proposed no later than the time deadline for proposal submission. Earlier delivery is allowed, but must be coordinated with the Contracting Officer. Delivery shall be made to the Marine Corps Systems Command representative at the address listed above. The Offeror shall make the Product Sample available for Government verification (to include operation) for a period no less than 30 business days. At time of delivery, the Offeror shall provide the Government with a written inventory of all property. Product sample will be returned to the offeror following source selection if requested. All transportation costs to and from Virginia are the responsibility of the offeror. Offerors should be aware that samples may be damaged or destroyed in the verification process. 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 performance specification for the MSD. Key features to address are identified in the performance specification as critical performance parameters (CPPs). Supportability -- Key Supportability issues to address include Publications and Data and Warranty provisions. Address any specific commercial or extended warranty provisions for the product. 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) Supportability -- Less important. (iii) Past Performance -- 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 operational effectiveness, supportability, 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. Value Added features, if any listed by the offeror will be factored in. 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 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 Tran sfer --Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.O.B. Destination. Offerors are also required to complete provision 252.225-7020 Trade Agreements Certificate. Additional clauses that apply are: 52.216-18 Ordering (Fill-in: (a) Data of contract through succeeding 48 months), 52.216-19 Order Limitations (Fill-in: (a) 1, (b) (1) 2,000, (b)(2) 2,000, (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: 252.211- 7003 Item Identification and Valuation (Jun 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items within this clause, the following clauses apply: 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7013 Duty-Free Entry, 252.225-7014, Preference for Domestic Specialty Metals, 252.225-7021, Trade Agreements, 252.227-7015 Technical Data--Commercial It ems, 252.225-7020 Trade Agreements Certificate, 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 252.237-7003, 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 lo cated at http://www.wawftraining.com. ATTACHMENT: Statement of Objectives. Point of Contact: Mr. Moxi Mi, Contracts Specialist, Phone (703) 432-5013, Fax (703) 432-5029, EMAIL: MOXI.MI1@USMC.MIL.
 
Record
SN01532241-W 20080315/080313224937 (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 |
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.