Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOLICITATION NOTICE

36 -- Dynamometers - Attachment D CLIN Pricing - Attachment C Government Furnished Property - Attachment A Statement of Work - Attachment E Warranty Tracking Information - Attachment B: Commercial Item Description

Notice Date
3/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-15-Q-5013
 
Archive Date
5/13/2015
 
Point of Contact
Matthew S. Brown,
 
E-Mail Address
matthew.s.brown2@usmc.mil
(matthew.s.brown2@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment B: Commercial Item Description (CID) Attachment E: Warranty Tracking Information Attachment A: Statement of Work (SOW) Attachment C: Government Furnished Property (GFP) Attachment D: Contract Line Item Numbers (CLIN) Pricing This 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; quotations are being requested and a written solicitation will not be issued. The subject Request for Quote (RFQ), M67854-15-Q-5013, incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-80 and DFARS Publications Notice (DPN) 20150226. This requirement is 100% Set-Aside for Small Businesses. The North American Industry Classification Standard (NAICS) code is 334519 and the small business size standard is 500. Market research was conducted and it was determined that this acquisition could be fulfilled by Small Business. The Small Business Advocate is in agreement with this determination. The Marine Corps intends to award a firm-fixed-price contract to fill a requirement for commercial engine and transmission dynamometers. Quotations shall provide FOB Destination pricing for the Contract Line Item Numbers (CLINs). The Statement of Work and Commercial Item Description for the dynamometers are contained in attachments A and B respectively. Attachment C includes Government Furnished Property information. Attachment D contains CLIN pricing information. Attachment E contains Warranty Tracking information. Government Furnished shipping containers for items being sent by the Government overseas will be supplied to the successful vendor. FAR provision 52.212-1, Instructions to Offerors - Commercial is applicable to this solicitation. The following addendum provides detailed instructions for the preparation of quotations. The closing date and time for this solicitation is 28 April 2015 at 2:00 PM local time. Questions must be submitted no later than 2:00 PM EST 01 April 2015 to allow time to post responses. Submit quote and other inquiries to Matthew Brown at matthew.s.brown2@usmc.mil. A paper copy or electronic proposal may be submitted. Please note, if an electronic proposal is submitted a separate email notifying Matthew Brown of its submission must be sent to ensure receipt. A proposal submitted via regular or overnight mail should be sent to the following address: Commanding General Marine Corps Systems Command Attn: Mr. Matthew Brown, CT 2.5 RFQ: M67854-15-Q-5013 2200 Lester Street Quantico, VA 22134-6050 All responses shall include pricing for F.O.B Destination, commercial warranty information for the products (s), company point of contact information including CAGE code and DUNS number. Vendors shall clearly and concisely demonstrate their ability to meet all Government requirements. The page limit for submissions is 15 pages. No pages beyond 15 will be evaluated by the Government. Submissions shall be prepared using "Arial" or "Times New Roman" 12-point font style on 8 ½ x 11 inch white paper with not less than 1" margins. Tables and illustrations may use a reduced font style, not less than 8 point. Vendors shall provide documentation such as test results, product specification sheet, industry standards, etc. to demonstrate the ability of its dynamometer to meet or exceed all requirements in Attachments A and B. Test data, product specification sheet, industry standards, etc. will not count against the 15 page limit for submissions. Unsupported statements that the vendor meets a requirement may lead to a finding of technical unacceptability and make the vendor ineligible for award. Vendors shall also provide relevant past performance information documenting their successful fielding of its dynamometers. This past performance information will not be counted against the 15 page limit. Quotations submitted via e-mail shall be sent to the following email address: matthew.s.brown2@usmc.mil with copy to Terence.mcginn@usmc.mil. The subject line of the e-mail shall include the following text: "Response to RFQ M67854-15-Q-5013 (company name here)." Delivery Requirements : Delivery is as follows: CLIN 0001 90 Days after contract award 0002 Within 120 Days after contract award 0003 120 Days after contract award 0004 Within 240 Days after contract award 0005 150 Days after contract award 0006 Within 180 Days after contract award Option 0007 210 Days after option exercise Option 0008 Within 270 Days after option exercise Option 0009 270 Days after option exercise Option 0010 Within 310 Days after option exercise Option 0011 310 Days after option exercise Option 0012 Within 340 Days after option exercise *If and to the extent option CLINs are exercised, they will all be exercised within 90 days of contract award. The Government may exercise one or more option CLINs within 90 days of award. Dynamometers for CONUS delivery shall be delivered to California and North Carolina F.O.B destination; the Government will be responsible for further transportation of units from California to OCONUS locations. The awardee shall be responsible for providing installation, training, and warranty services to Marine Corps installations in California, North Carolina, Hawaii, and Okinawa, Japan. Evaluation: The provision at FAR 52.212-2, Evaluation - Commercial Items shall apply to this acquisition. A contract will be awarded to the responsible vendor whose technically acceptable quote is the lowest priced. The Government will evaluate vendor submissions to determine its technical capability to meet or exceed the requirements contained in the Statement of Work (Attachment A) and Commercial Item Description (Attachment B). Vendors who propose a delivery schedule greater than that listed above will not be considered eligible for award. Vendor quotations will be evaluated as either "acceptable" or "unacceptable." Past performance will not be evaluated as an individual factor. Instead, the Contracting Officer will consider past performance as part of the required responsibility determination for the awardee. The Government will sum the total prices for all CLINs, including options, to obtain the vendor's evaluated price. Award will be made to the responsible vendor evaluated as "acceptable" and having the lowest evaluated price. The Government intends to evaluate quotes and award a contract without discussions with vendors. Initial quotes should contain the vendors 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. The vendor shall complete only paragraphs (b) of FAR provision 52.212-3 if the vendor has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov. If the vendor has not completed the annual representations and certifications electronically, the vendor shall complete only paragraphs (c) through (p) of the subject provision. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The vendor is cautioned that the listed provisions may include blocks that must be completed by the vendor and submitted with its quotation. In lieu of submitting the full text of those provisions, the vendor may identify the provision by paragraph identifier and provide the appropriate information with its quotation. Also the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/index.htm Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration 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 FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes of Executive Orders--Commercial Items FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award FAR 52.217-5 Evaluation of Options FAR 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR.52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52-222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52-223-6 Drug-Free Workplace FAR 52-223-18 Ban on Texting While Driving FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.245-1, Alt I, Government Property FAR 52.245-9 Use and Charges DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation. (DEVIATION 2015-O0010) DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.222-7002, Compliance with Local Labor Laws (Overseas) DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.227-7015 Technical Data - Commercial Items DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002 Reporting Loss of Government Property DFARS 252.245-7003 Contractor Property Management System Administration DFARS 252.245-7004 Reporting, Reutilization, and Disposal DFARS 252.246-7005 Notice of Warranty Tracking of Serialized Items DFARS 252.246-7006 Warranty Tracking of Serialized Items DFARS 252.209-7992 Prohibition Against Using Fiscal Year 2015 Funds to Contract with Corporations that Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law - Fiscal Year 2015 Appropriations REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) The provisions and clauses can be found at FAR websites: http://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Vendors are required to provide their Contractor's DUNS Number, Tax ID Number, and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. To be eligible for award, vendors are required to be registered in the System for Award Management (SAM).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-Q-5013/listing.html)
 
Record
SN03674579-W 20150322/150320234833-f24ff8c6f35e027a8f0433dc78d4f9f6 (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.