SOLICITATION NOTICE
69 -- The Marine Corps Systems Command, Program Manager for Training Systems (PM TRASYS) intends to procure quantities of Special Effects Small Arms Marking Systems (SESAMS) cartridges.
- Notice Date
- 2/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- M67854 MARINE CORPS SYSTEMS COMMAND / PM TRASYS
- ZIP Code
- 00000
- Solicitation Number
- M6785410Q8053
- Response Due
- 2/17/2010
- Archive Date
- 2/17/2010
- Point of Contact
- Sean Johnson (407) 380-8482 Sean Johnson
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, Simplified Acquisition Procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-37. This solicitation is issued as a Request for Quote (RFQ). Announcement M67854-10-Q-8053 constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 332992, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the Simplified Acquisition Procedures. This solicitation is unrestricted to all qualified businesses and will be awarded as a Firm Fixed Price Purchase Order. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the NECO website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The Marine Corps Systems Command, Program Manager for Training Systems (PM TRASYS) intends to procure quantities of Special Effects Small Arms Marking Systems (SESAMS) cartridges to provide an enhanced live training capability, Exact Match Only, for the following: Description of Supplies/Services, Brand Name or Equal (General Dynamics Inc) LI 001, 5.56mm Mk302 Blue FX Plastic Sabot SESAMS cartridge. NSN: 1305-01-533-6670., 2,238,806 EA LI 002, 5.56mm Mk303 Red FX Plastic Sabot SESAMS cartridge. NSN: 1305-01-533-6674., 2,238,806 EA PackagingSESAMS cartridge are to be delivered in M2A1 metal ammunition cans or a MIL-PRF-131 aluminized barrier bag..10 cartridges per plastic clips, 3 clips per carton box.31 carton boxes per M2A1 metal ammunition can or up to load limit utilizing MIL-PRF-131 aluminized barrier bag. The SESAMS 5.56mm cartridges are employed with a SESAMS bolt to enable Marines to train using the same M16 or M4 that they would use in combat, with no requirement to change the components of the firearm, or any sighting or other components used with the firearm. Proposed supplies must be Weapon System Explosives Safety Review Board (WSESRB) approved and marking cartridges must be assigned an Electrostatic Discharge (ESD) Code of "F". New equipment ONLY, NO remanufactured, refurbished, or gray-market products. DeliveryAll bid prices must include shipping FOB Destination CONUS (Continental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. Delivery schedule is 90-180 days ARO. In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. Evaluation for Award The award will be made to the party whose quote offers the best value to the government, technical, price and other factors considered. The Government may award this purchase order to other than the lowest priced technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Technical Requirements"; 2) Past Performance and 3) Price of product. Meeting the Technical Requirements is significantly more important than past performance. Past performance is more important than price. PM TRASYS intends to make an award immediately after the response of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.217-9, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. You will need your Dun & Bradstreet number and banking information. GSA SCHEDULE HOLDERS A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. C) GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2,") QUESTIONS DEADLINE: All questions are to be submitted via email to Mr.Sean Johnson no later than February 17, 2010, 4:00 p.m. EST. QUOTATIONS DUE: All quotations are due, via email to: Graham.Oliff@usmc.mil and Sean.Johnson1.ctr@usmc.mil, no later than February 22, 2009, 2:30 p.m. EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410Q8053/listing.html)
- Record
- SN02063269-W 20100213/100211234535-91acfb68667265bab03bcf9741a8a94b (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 |