Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2021 SAM #7224
SOLICITATION NOTICE

43 -- TAGRS Pre-Solicitation Notice

Notice Date
9/9/2021 10:18:06 AM
 
Notice Type
Presolicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
COMMANDER QUANTICO VA 22134-6050 USA
 
ZIP Code
22134-6050
 
Solicitation Number
M67854-22-R-5000
 
Archive Date
11/01/2021
 
Point of Contact
Christopher J. Cox
 
E-Mail Address
christopher.cox1@usmc.mil
(christopher.cox1@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Marine Corps Systems Command (MARCORSYSCOM), Portfolio Manager Logistics Combat Element Systems (PfM-LCES), Program Manager Engineer Systems (PM ES) intends to acquire, via 100% small-business set-aside, the design, engineering development, fabrication, developmental testing, production, and deployment of Tactical Aviation Ground Refueling System (TAGRS). The goals of the TAGRS program are to develop and field an integrated system consisting of: a fuel pump, Filter Separator, trailer, Collapsible Fabric Tanks (CFT), fuel hoses, fuel hose components, fire extinguisher and all necessary adapters, and hazmat material.� The TAGRS shall be capable of being towed by its prime mover the Ultralight Tactical Vehicle (ULTV), in and out of a CH-53, and an MV-22. � The Government anticipates a Request for Proposal to be released in the first quarter of Fiscal Year 22 with an ordering period of five years. The applicable NAICS code is 333914, Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The small business size standard for this NAICS is 750 employees. The FSC Code is 4320, Power and Hand Pumps. It is the intent of the Government to process this procurement under FAR 15, Contracting by Negotiation, and to ultimately award a single, Firm�Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract as a result of the forthcoming solicitation. Offerors will be required to submit non-price (technical) and price proposals. The Government anticipates that the resultant contract will be awarded on a best value basis where the non-price (technical) volume will be considered more important than the price volume. Upon its release, the solicitation will be issued electronically, and be available for downloading at the Contracting Opportunities platform, https://beta.sam.gov, in the November 2021 timeframe. The closing date for the receipt of offers will be set forth in the solicitation. Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the solicitation and any amendments thereto. The Government will not pay for the information received. All responsible sources may submit a proposal, which will be considered by the Government. By submitting an offer, the offeror is self�certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submitting an offer, the offeror also acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/SAM/. Further, offerors are required to go on-line to the SAM website to complete their Online Representations and Certifications Application (ORCA) prior to the submittal of their proposal.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/680bcb70f70749bc877abcb2678572f6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06127510-F 20210911/210910201834 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.