Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2008 FBO #2434
SOLICITATION NOTICE

23 -- Command and Control Mobile Unit

Notice Date
7/24/2008
 
Notice Type
Presolicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps RCO - Northeast Region/Quantico/National Capital Region, M00264 MARINE CORPS RCO - NORTHEAST REGION/QUANTICO/NATIONAL CAPITAL REGION 2010 Henderson Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026408T0323
 
Response Due
8/21/2008
 
Archive Date
9/5/2008
 
Point of Contact
Carol Neely 703-784-3493
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular 05-12. The Marine Corps Northeast Regional Contracting Office currently has a requirement for services to provide a command and control mobile unit. See below the Statement of Objectives for details on this requirement. Command and Control Mobile Unit 1. Objective: The Marine Corps has a requirement for a 53 foot Command and Control Mobile Unit. The Governments minimum requirements are listed below. Contractors may exceed, but must meet the minimum requirements in their design, to be considered for award. a. Basic Mobile Unit requirements: 2008 53' fifth wheel mobile unit Exterior length is 53' 3" Exterior width is 8' 6" Exterior height is 13' 6" Interior width is 14' 8" (with slide out deployed) (See note 1) Height of ground to floor is 3' 2 Observation Platform (for equipment mounting) with hand rails (Platform to be minimum 20 of unit) Roof access hatch Hydraulic Stabilizers Cable Pass Through Input/Output Access Ports Roof Ladder Exterior Lighting providing lighting up to 25 from unit External storage (accessible from outside trailer) (minimum 5 storage spaces 15 high/45 wide) Note 1: The slide-out should be approximately 33 feet in length and 6feet 8 inches in interior depth. Slide-out to be constructed of aluminum extrusionand sheet, and should utilize hydraulic dual cylinder room extensions. The slide-out willhave two (2) outward facing windows and one (1) rear facing window approximately 18inches high and 36 inches wide. The windows shall be tinted for privacy. b. Interior Mobile Unit Requirements: The interior of the mobile unit shall be configured in such a manner as to portray a professional office environment. Configured for 12 work spaces that contain: (1) 120V duplex AC outlet (1) 12V DC outlet (1) Switch for Work Station Fluorescent Light (1) Video connector (3) Cat 5e type jacks for customer phone or network system Separated Conference Room area supporting 10 people Separated Operations/Working area Separated Service Compartment Area Basic galley (refrigerator, microwave, coffee pot) for Working area and Conf Area. 120 rack units of equipment mounting space Seating to support (chairs) 12 Work space/counter space to support 12 people, with a one (1) foot minimum work surface Conference Table in Conference Area (2) Installed (wall mounted) 42 AV HD Ready TVs in Conference Area Interior carpet on walls for sound proofing Flooring to be vinyl or similar product Interior lighting Interior storage cabinets for storage of standard office material. Cabinets should allow for storage of office type electrical cables when not being used. Minimum of one (1) storage compartment for each work station/space. Power Requirements: 60KW Generator (225 amps at 120 volts and 60 Hz) must be isolated from working areas Manual Transfer Switch External connection for 200 amp power cord 50 long power cord 15 kVA Uninterruptible Power Source Additional Backup Batteries Period of Performance The unit shall be delivered no later than 90 days after contract award to the designated location (will be provided upon award) at Marine Corps Base, Quantico, VA 22134. Any questions regarding this combined synopsis/solicitation must be submitted by 10:00 AM Eastern Standard Time (EST), Monday, 28 July 2008 via e-mail to carol.neely@usmc.mil. Any questions received after this time will not be considered. Questions and responses will be posted in NECO. The Government intends to award a firm fixed price (FFP) contract as a result of this quotation. Each Quoter shall submit a proposal that clearly and concisely describes and defines the Quoters response to the requirements of this quotation. Use of general or vague statements such as standard procedures will be used will not satisfy this requirement. Unnecessary elaboration or presentations beyond that sufficient to present a complete and effective proposal are not desired and may be construed as an indication of the Quoters lack of understanding. The Quoter shall demonstrate a thorough understanding of the requirements of the Statement Of Objectives (SOO) and provide a proposal, with detailed drawings, in accordance with the evaluation criteria below. All information must be presented in sufficient detail for the Government to make a comprehensive evaluation of the Offerors understanding of the SOO. The proposal should demonstrate this understanding and capability in a concise, logical manner and should not contain superfluous material not directly related to this quotation. This proposal will be awarded on a Best Value Basis, price and other factors considered. Non-price factors such as Technical Capability and Past Performance when combined, are significantly more important than price. As the techncial differences narrow, cost becomes more important. The Government shall not make an award at a significantly higher overall cost or price to achieve only slightly superior features. The following criteria are listed in descending order of importance. Factors: 1. Technical Capability (1) The Quoter shall provide a Command and Control Mobile Unit that is professionally designed and developed for an office environment. (2) The Quoter shall meet all minimum requirements of the SOO. (3) Quoters ability to meet required delivery time. 2. Past Performance (a) The Quoter shall provide three (3) references of similar type projects. Each reference shall include the following information: (1) Point of Contact, telephone number, address, and e-mail. (2) Contract number, type of contract, and dollar value. (3) Brief synopsis of each contracts deliverable. Ratings Evaluations shall employ a letter grade method for rating evaluation factors Quoters proposals. Subsequent to and consistent with the narrative evaluation, which shall indicate a proposal's strengths, weaknesses, and risks, the appropriate letter grade rating shall be assigned to each factor. A proposal need not have all of the characteristics of a grade category in order to receive that grade rating; evaluators should use judgement to rate the proposal using these characteristics. Technical Factors. The narrative description of each grade follows, as appropriate for technical and management evaluation factors: A: An A proposal is characterized as follows: The proposal indicates an exceptionally thorough and comprehensive understanding of the requirement. In terms of the specific factor the proposal contains major strengths, exceptional features, or innovations that should substantially benefit the requiremnt. There are no weaknesses or deficiencies. The risk of unsuccessful contract performance is extremely low. B: A B proposal is characterized as follows: The proposal indicates a thorough understanding of the requirement. The proposal has major strengths and/or minor strengths. Weaknesses, if any, are minor and are more than offset by strengths. Risk of unsuccessful performance is very low. C: A C proposal is characterized as follows: The proposal indicates an adequate understanding of the requirement. There are few, if any, exceptional features to benefit the requirement. The risk of unsuccessful performance is low. Weaknesses are generally offset by strengths. D: A D proposal is characterized as follows: The proposal indicates a superficial or vague understanding of the requirement. The proposal has weaknesses that are not offset by strengths. The risk of unsuccessful contract performance is moderate. F: An F proposal is characterized as follows: The proposal indicates a lack of understanding of the requirement. Numerous weaknesses and deficiencies exist. The risk of unsuccessful performance is high. Past Performance. The narrative description of each grade for evaluation of past performance factors and subfactors follows: Neutral - The offeror lacks a record of relevant or available past performance history. There is no expectation of either successful or unsuccessful performance based on the offerors past performance record. A The offerors performance of previously awarded relevant contract(s) met contractual requirements and exceeded many to the Governments benefit. The assessed prior performance was accomplished with very few or very minor problems for which corrective actions taken by, or proposed to be taken by, the offeror were, or are expected to be, highly effective. Performance of completed contracts either was consistently of the highest quality or exhibited a trend of becoming so. The offerors past performance record leads to an extremely strong expectation of successful performance. B - The offerors performance of previously awarded relevant contract(s) met contractual requirements and exceeded some to the Governments benefit. The assessed prior performance was accomplished with some minor problems for which corrective actions taken by, or proposed to be taken by, the offeror were, or are expected to be, effective. Performance over completed contracts either was consistently of high quality or exhibited a trend of becoming so. The offerors past performance record leads to a strong expectation of successful performance. C - The offerors performance of previously awarded relevant contract(s) met contractual requirements. The assessed prior performance was accomplished with some problems for which corrective actions taken by, or proposed to be taken by, the contractor were, or are expected to be, for the most part effective. Performance over completed contracts was consistently of adequate or better quality or exhibited a trend of becoming so. The offerors past performance record leads to an expectation of successful performance. D - The offerors performance of previously awarded relevant contracts did not meet some contractual requirements. The assessed prior performance reflected some serious problems for which the contractor either failed to identify or implement corrective actions in a timely manner, or for which the corrective actions implemented or proposed to be implemented were, or are expected to be, only partially effective. Performance over completed contracts was consistently of mediocre quality or exhibited a trend of becoming so. The offerors past performance record leads to an expectation that successful performance might be difficult to achieve or that it can occur only with increased levels of Government management and oversight. F - The offerors performance of previously awarded relevant contract(s) did not meet most contractual requirements and recovery did not occur with the period of performance. The assessed prior performance reflected serious problem(s) for which the offeror either failed to identify or implement corrective actions or for which corrective actions, implemented, or proposed to be implemented, were, or are expected to be, mostly ineffective. Performance over completed contracts was consistently of poor quality or exhibited a trend of becoming so. The offerors past performance record leads to a strong expectation that successful performance will not be achieved or that it can occur only with greatly increased levels of Government management and oversight. The Government anticipates award of a firm fixed price contract. The following clauses apply to this acquisition: 52-211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.237-1, Electronic Submission of Payment Requests. All contractors must be registered in the Central Contractor Registration, www.bpn.gov. Please submit a proposal that includes a breakdown of costs (i.e. labor category, if applicable, and a detailed breakdown of other direct cost (ODCs) as applicable. Please submit your technical and cost proposal on or before 2:00 PM on 21 Aug 2008. Any proposal received after this date will not be considered. PROPOSAL SUBMISSION: Proposals may be submitted using any one of the following methods. However, please be advised it is the contractors responsbility to ensure your proposal is received by the required date. 1) Via e-mail to: carol.neely@usmc.mil. 2) Federal Express or Overnight delivery to: Regional Contracting Office, Northeast (RCO)Attention: Carol E. NeelyMarine Corps Base2010 Henderson Road, Room 215Quantico, VA. 22134-5001 3) Mail to: Commanding GeneralRegional Contracting Office, Northeast (RCO)Attn: Carol E. Neely3250 Catlin Ave, Quantico, VA 22134-5001 Please provide one (1) original copy of your price and technical proposal. Telephonic and facsimile proposals will not be accepted. Do not call the individual listed above for questions concerning this requirement. Please provide your DUNS number, cage code, TIN number, telephone and fax number in your proposal. NAICS code 336112, Size Standard 1000 employees.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24b8e3490091ff257ae99ab2b14ffc26&tab=core&_cview=1)
 
Record
SN01622951-W 20080726/080724224817-591e97e68fd5b7839ee37f11c9b00d5f (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.