SOLICITATION NOTICE
84 -- Ski Boots and Ski Bindings
- Notice Date
- 11/13/2008
- Notice Type
- Presolicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785409Q3007
- Response Due
- 11/17/2008
- Archive Date
- 12/2/2008
- Point of Contact
- Mark Sanderson 703-432-3271 Mark Sanderson703-432-3271<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This requirement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Marine Corps Systems Command has a requirement for 30 Garmont Excursion Ski Boots, 15 Garmont 7tm Power Tour Ski Bindings and 15 Twenty-Two Designs Hammerhead Ski Bindings. Size breakdown for the Garmont Excursion Ski Boots is as follows: Size 8.5, one (1) pair; size 9, 2 pairs; size 9.5, 6 pairs; size 10, 5 pairs; size 10.5, 5 pairs; size 11, 5 pairs; size 11.5, 5 pairs; size 12, 1 pair. Brand names specified are mandatory. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-27. This is a 100% small-business set-aside. The NAICS Co! de for this requirement is 339920 with a size standard of 500 employees. The following contract line items (CLINS) apply: CLIN 0001, 30 units, Garmont Excursion Ski Boots; CLIN 0002, 15 units, Garmont 7tm Power Tour Ski Bindings; CLIN 0003, 15 units, Twenty-Two Designs Hammerhead Ski Bindings. The contract resulting from this combined synopsis, solicitation, will be a firm-fixed price contract. DELIVERY/SHIPPING INSTRUCTIONS: Prices shall be FOB destination, delivery to Mountain Warfare Training Center (MWTC) Supply, Box 5009, Bridgeport, CA 93517-5009. Required delivery date is no later than 11 December 2008. PACKAGING REQUIREMENTS: Preservation and Packaging shall be best commercial practice, sufficient to protect and preserve all items supplied under this contract during shipping to destination. EVALUATION PROCEDURES/BASIS FOR AWARD The Government intends to award a Firm-Fixed Price (FFP) contract using FAR 15.101-2, Lowest Price Technically Acceptable (LPTA). An LPTA evaluation will be performed for each of the three CLINs. Up to three awards may be made (one for each CLIN) to the responsible quoter(s) who 1) quotes the brand name items specified in the RFQ, conforming to the delivery requirement and; 2) quotes the lowest evaluated price. Information submitted by the offeror must sufficient to establish that the quoter is proposing the brand name items specified above. Quoters are not required to submit quotations for all CLINs. The Government intends to evaluate quotations and award a contract without discussions with quoters. Quotations should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Price Evaluati! on: CLIN 0001 unit price will be multiplied by CLIN 0001 quantity (30) to determine total CLIN 0001 price. CLIN 0002 unit price will be multiplied by CLIN 0002 quantity (15) to determine total CLIN 0002 price. CLIN 0003 unit price will be multiplied by CLIN 0003 quantity (15) to determine total CLIN 0003 price. Quoters are encouraged to use Standard Form 1449, Solicitation/Contract/ Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a proposal. All qualified responsible small business sources may submit a quotation, which shall be considered by the agency. APPLICABLE PROVISIONS AND CLAUSES. Quotations received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Beginning January 1, 2005, the FAR requires 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. ORCA also allows Government personnel to access your information online, thus eliminating the need for you to submit representations and certifications with each offer. To register in ORCA you will need 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. 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. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the offi! cial version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. 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 ORCA's homepage at http://orca.bpn.gov/help.aspx. Full text of FAR and DFARS provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008)52.212-3 Offeror Representations and Certifications -Commercial Items (Jun 2008)52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2008)52.246-2 -- Inspection of Supplies -- Fixed-Price (Aug. 1996)52.247-34 F.o.b. Destination (Nov 1991) The Following Clauses incorporated in 52.212-5 are also applicable: 52.233-3 Protest After Award (AUG 1996)52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)52.219-28 Post Award Small Business Program Representation (June 2007)52.222-3 Convict Labor (June 2003)52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008)52.222-21 Prohibition of Segregated Facilities (Feb 1999)52.222-26 Equal Opportunity (Mar 2007)52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)52.222-50 Combating Trafficking in Persons (Aug 2007)52.225-13 Restrictions on Certain Foreign Purchases (June 2008)52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.204-7003 Control of Government Personnel Work Product (Apr 1992)252.204-7004 Central Contractor Registration Alternate A (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2008).252.223-7001 Hazard Warning Labels (Dec 1991)252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005)252.225-7031 Secondary Arab Boycott of Israel (Jun 2005)252.232-7010 Levies on Contract Payments (Dec 2006)252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005)252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Mar 2007)252.227-7015 Technical Data - Commercial Items (Nov 1995)252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999)252.232-7003 Electronic Submission of Payment Request (Mar 2008)252.247-7023 Transportation of Supplies by Sea (May 2002) Alternate III (May 2002) In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com. All quotations must be submitted to the following address: Commanding General, Marine Corps Systems Command, Attn: Mark Sanderson, CTQ3MS, 2200 Lester Street, Quantico, VA 22134-6050, or via email to mark.sanderson@usmc.mil. To be considered for award, quoters must submit quotations to ensure they reach destination by 3:00 PM Local Time, 17 November 2008. Quotations received after the due date and time will not be considered for award. No facsimile offers will be accepted. All proposals must be clearly marked with RFQ M67854-09-Q-3007.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=19a3b5ad005a3600b7ba3b42bb0c1720&tab=core&_cview=1)
- Record
- SN01704425-W 20081115/081113215656-5fa0e605f3d5000ca040998fae6f6146 (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 |