SOLICITATION NOTICE
25 -- Ultra High Power Alternator Kits (UPAK)
- Notice Date
- 12/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785411T5004
- Response Due
- 1/19/2011
- Archive Date
- 1/31/2011
- Point of Contact
- Lindsey Varner 540-658-8924 Lindsey Varner 540-658-8924
- E-Mail Address
-
ed
- Small Business Set-Aside
- N/A
- Description
- Ultra High Power Alternator Kit (UPAK) Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Request for Quotation number is M67854-11-T-5004. The associated North American Industrial Classification System (NAICS) code for this procurement is 333618. Marine Corps Systems Command (MCSC) intends to award a(multiple) firm fixed price commercial contract(s) to successful offeror(s). Note, multiple awards may be made. Mine-Resistance Ambush Protected (MRAP) Vehicle program intends to purchase two (2) protoype commercial vehicle alternators, or Ultra-Power Alternator Kits (UPAKs), with supporting documentation (see CLIN 0002). Additionally, the following options will be included: one (1) additional prototype UPAK for the Navy, Forty (40) hours or one (1) week worth of techincal support services for three (3) separate test sites should the UPAK require repair/maintenance services (including travel), and 3D model and 2D drawings of the UPAK. Technical and performance requirements are requirements are included with the Statement of Work and Performance Specifications included within the RFP. Proposals will be evaluated in accordance with M67854-11-T-5004, FAR 52.212-2 Evaulation- Commercial Items. See RFP for Delivery Information. The following provisions and clauses shall apply in full text: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JUN 2010) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) Local Clause- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) The following provisions and clauses shall apply by reference: 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) Award will be made to the offeror(s) whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Multiple awards may be made. For information on how proposals will be evaluated see FAR 52.212-2 ”Evaluation of Commercial Items, M67854-11-T-5004. Offeror shall submit all information as required in FAR 52.212-1 and the section titled śInstruction to Offerors ť located at the end of the RFP. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. All offers will be submitted on the RFP form (SF-1449) attached in the Navy Electronic Commerce Online (NECO) https://www.neco.navy.mil/index.cfm to lindsey.varner@usmc.mil and cc ™d to mohammed.n.haque@usmc.mil no later than 2:00pm EST on 19 January 2011. It is the vendor ™s responsibility to monitor the NECO system for amendments issued in reference to this requirement. This RFQ closes for questions on 05 January 2011 at noon/1200PM; no questions will be answered via phone. All Contractors who provide goods/services to the DOD must be registered in the Central Contractor Register (CCR). Online Certifications and Representations Application is also required at http://orca.bpn.gov. Failure to comply with ORCA registration may deem offeror ineligible for award. If there are any conflicts between this synopsis and the RFP, the RFP M67854-11-T-5004 takes precedence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785411T5004/listing.html)
- Record
- SN02342269-W 20101212/101210233958-5898f459ba7f9993c0b0e2725af1adb6 (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 |