Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1999 PSA#2362

Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010

23 -- FAST ATTACK VEHICLE SOL M67854-99-R-3054 DUE 062899 POC Contracting Officer: Michael D. Blackstone, (703) 784-5822, ext 253 or Dorinne Rivoal, (703) 784-5822, ext 235 WEB: FAV Web Page, http://www.marcorsyscom.usmc.mil/mcscctq/. E-MAIL: Contracting Officer's E-Mail, BLACKSTONEMD@mcsc.usmc.mil.. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation M67854-99-R-3054 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-8. SIC Code is 3711. This acquisition is a full and open competition for a commercial item in accordance with the Federal Acquisition Regulation, Part 2.1. DPAS Rating is DO-A4A. CLIN 0001, Fast Attack Vehicle (FAV), Qty 62 each; (color: Flat Forest Green) Overpacked with one (1) operators manual per vehicle and fourteen (14) shop manuals(IETM format desired) CLIN 0002, Contractor Logistics and Training Support (CLS), Qty 12 months; CLIN 0003, Training, Qty 1 Lot; Option CLIN 0101, Contractor Logistics Support, Qty 12 months; (exercise within 11 months ACA) Option CLIN 0102, Training, Qty 1 Lot; (exercise within 11 months ACA) Option CLIN 0201, Contractor Logistics Support, Qty 12 months; (exercise within 23 months ACA) Option CLIN 0202, Training, Qty 1 Lot; (exercise within 23 months ACA) Option CLIN 0301, Contractor Logistics Support, Qty 12 months; (exercise within 35 months ACA) Option CLIN 03102, Training, Qty 1 Lot; (exercise within 35 months ACA) Option CLIN 0401, Contractor Logistics Support, Qty 12 months; (exercise within 47 months ACA) Option CLIN 0402, Training, Qty 12 months; (exercise within 47 months ACA) DESCRIPTION: The Marine Corps Systems Command (MARCORSYSCOM) has a requirement for Qty 62 commercial vehicles as an interim solution for the current FAST Attack Vehicle (M151 Jeep). This FAV will provide ground mobility, current internal United States Marine Corps (USMC) rotary wing transport and firepower through employment of weapons up to heavy machine guns (M-2/MK-19) . The key capabilities that the offerors must address include, with desired and required values provided (desired/required): the required FAV must be transportable internally in a CH-46E/CH-53E, width (62"/78"), length (132"/180"), maximum height (74"), one interchangeable mount capable of firing heavy weapons (M2 and MK19), weapon field of fire (360 degrees/180 degrees), payload capacity (3000 pounds/800 pounds), crew space for 2 or more, reliability (no critical drivetrain mission failures within 5 years/2 years), Contractor Logistics and Training Support (in-place support in North Carolina, California, Okinawa/72 hour on-call field service), diesel fueled (diesel and JP-4/5/8 compatible/diesel and JP-8), 65 mph at 3000 pounds payload/65 mph at 800 pounds payload), hill climb (60% at 3000 payload/60% at 800 pound payload), and sideslope safety (40% at 3000 payload/40% at 800 pound payload) Rollover Safety (Inherent to structure/ rollover bar); fording (30 inches/21 inches with no preparation); Jump start capable, bi-directional (12 volt /24 volt NATOslave receptacle); Four Wheel Drive; and legally driveable on US roadways. DELIVERY: CLIN 0001 shall be shipped FOB Destination and shipped to/marked for: Traffic Management Officer, Attn: GYSGT Newby G3 MSE, Marine Corps Base, Camp Lejeune NC 28542-5000. Traffic Management Officer, ATTN: MGYSGT Dlapa, 1 MEF MMO,BLDG 2253, Camp Pendleton, CA 92055-5000. Traffic Management Officer, Attn: MSGT Elliot G3 MSE, Camp Kinser Okinawa, Ryukyu Islands, Japan. Traffic Management Officer, Attn: LTCOL Manley APM MT, Zellin Road, Quantico, VA 22134-5010. If on-site CLS is to be provided under CLIN 0002 it shall commence on the first day the vehicles are delivered to their destinations. DATE OF DELIVERY: Delivery of CLINs 0001 through 0002 shall be determined by vendor in order that the following number of FAST ATTACK VEHICLES (Qty 62) be delivered as follows: Camp LeJeune, NC Qty 24 by 60 days after contract award; Quantico, VA Qty 2 by 60 days after contract award; Camp Pendleton CA Qty 24 by 90 days after contract award; Okinawa Japan Qty 12 by 120 days after contract award. If this cannot be met, offerors shall propose the most aggressive delivery date possible. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. FAR 52.212-2, Evaluation Commercial Items. The following factors listed in descending order of importance shall be used to evaluate offers: (1) OPERATIONAL EFFECTIVENESS, (2) SUPPORTABILITY, and (3) PAST PERFORMANCE. PRICE will be evaluated as an element of the overall offer, but not scored. The Government intends to award this contract on the basis of competitive source selection (FAR 15.3), and using "Best Value" criteria per FAR 15.101. Award will be made to the responsible offeror: Whose proposal is technically acceptable; Whose offer is deemed responsive to the solicitation requirements; Whose overall offer represents "Best Value" to the Government. In making its "Best Value" determination, the Government will consider overall technical merit to be significantly greater importance than evaluated cost. However, the importance of cost as a factor in the final determination will increase with the degree of equality in the overall technical merit of the proposals. Offerors are required to meet the desired delivery dates, or be as close to those dates as possible. Offerors shall submit a written technical proposal which clearly illustrates that its product meets all technical requirements. Commercial product literature is encouraged. In the event that there is a conflict between the offeror's proposal and commercial literature, the proposal will take precedence. Offerors written proposal shall be limited to 40 pages. Under Operational Effectiveness, the offerors should discuss their vehicles compliance with the requirements and any additional features of their offers that add value as well as listing On Vehicle Materials (OVM) and recommended tools for the organizational level. Under Supportability, the offerors should discuss safety(to include, but not limited to, providing historical data for legal road use, weapons mount and compatibility, environmental, and human factors), their CLS and Training package and provide Reliability, Availability, Maintainability and Durability (RAM-D) data on CD ROM using Microsoft Office 97 format. The RAM-D data will not count against page count. The Offeror shall include Past Performance references on contracts of similar nature including Name of contracting activity, contract number, contract type, total contract value, and Points of Contact (name, phone and Fax numbers). The cost proposal shall state the averaged unit cost, inclusive of shipping to the destinations above. The offeror shall include commercial catalog pricing for all possible CLINs. The Government intends to evaluate proposals and make award without discussions; however, the Government reserves the right to hold discussions if necessary. If the Government chooses to establish a competitive range, the offeror will be requested to conduct an oral presentation discussing the merits of their proposal at the contractors facility within 48 hours of Government notification. FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 1999) and Addenda FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (May 1999), FAR 52.217-5, Evaluation of Options (Jul 1990), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Aug 1996) and FAR 52.247-34, F.O.B. Destination (Nov 1991) and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Jun 1997) apply to this acquisition.. Offeror shall include a completed copy of provision FAR 52.212-3, Offerors Representations and Certifications Commercial Items with its offer. Full text of these provisions may be accessed on-line at http://www.arnet.gov/References/ or http://farsite.hill.af.mil/. OFFEOR'S QUESTIONS: Questions may be submitted via facsimile to Michael D. Blackstone at (703) 784-5826. All questions must be submitted by 14 June 1999, 2:00 PM EST. Answers to questions will be posted on the FAV web page at http://www.marcorsyscom.usmc.mil/mcscctq/. If necessary, answers to the questions will also be provided via an amendment/modification to the CBD/Solicitation. SUBMISSION OF OFFERS: Offers shall be submitted within 21 calendar days. DUE DATE FOR OFFERS IS 28 JUN 99, 2:00 PM EST. Past Performance data shall be submitted within 7 calendar days. DUE DATE FOR PAST PERFORMANCE INFORMATION IS 14 JUN 1999, 2:00 PM EST. An original and five (5) copies of each offer shall be submitted to MARCORSYSCOM at the following address: COMMANDER (Attn: CTQ3MB), Marine Corps Systems Command, 2033 Barnett Avenue, Suite 315, Quantico, VA 22134-5010. All hand-carried deliveries (including UPS, Fed Ex, etc.) shall be delivered to the following address: Marine Corps Systems Command, Attn: Michael D. Blackstone (Code CTQ3), 3041A McCawley Avenue, Quantico, VA 22134-5010. No facsimile offers will be accepted. CENTRAL CONTRACTOR REGISTRATION: All offerors must ensure that they are registered in the Central Contractor Registration. This is mandatory for award of any Government contract. To register, please go on-line to http://ccr.edi.disa.mil. POINT OF CONTACT: If you have any questions regarding this solicitation, please contact the Contracting Officer, Michael Blackstone at (703) 784-5822 x253 or BLACKSTONEMD@mcsc.usmc.mil. A text copy of this announcement can be viewed at http://www.marcorsyscom.usmc.mil/mcscctq/. Questions and answers if required will be posted to this site as well. It is the offeror's responsibility to check this web site for all information related to this procurement. All requests for hard copies of this solicitation will be disregarded. Posted 06/04/99 (W-SN339484). (0155)

Loren Data Corp. http://www.ld.com (SYN# 0196 19990608\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page