|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue,
Ste 315, Quantico, VA 22134-5010 73 -- RUGGEDIZED FOOD AND BEVERAGE CONTAINERS SOL M67854-00-R-3055 DUE
062800 POC Benjamin Zaslow, Contract Specialist 703-784-5822 x223
E-MAIL: Contract Specialist, zaslowb@mcsc.usmc.mil. This is a combined
synopsis/solicitation for commercial items, prepared in accordance
with the format in FAR Subpart 12.6, and using Simplified Acquisition
Procedures in accordance with the "Test Program For Certain Commercial
Items" (FAR 13.5), as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation, and is a Request For Proposals (RFP). A written
solicitation will not be issued. This RFP and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-17. SIC Code for this acquisition is 2821, and the Small Business
Size Standard is 750 employees. The Provision at FAR 52.212-1,
Instructions to Offerors -- Commercial Items, applies to this
acquisition. The Marine Corps System Command (MARCORSYSCOM) requests
offers from qualified sources capable of providing the following
Commercial-Off-The-Shelf (COTS) items: CLIN 0001 -- Portable Ruggedized
Food Container, and CLIN 0002 -- Portable Ruggedized Beverage
Container. The CLIN 0001 Food Container shall incorporate a
non-removable food grade stainless steel liner. It shall have a
capacity of between six and eight gallons, and shall not exceed 35
pounds in weight. Must be available in Standard NATO Green color. The
container shall be fully functional in temperature extremes from minus
25 F to 100 F. Rations heated to 180 F and placed inside the container
must maintain a minimum temperature of 140 F or higher for twelve or
more hours in ambient temperature of minus 25 F. Rations cooled to a
maximum of 35 F and placed inside the container must maintain a maximum
of 45 F for twelve or more hours in ambient 100OF temperatures; The
CLIN 0002 Beverage Container shall incorporate a non-removable food
grade stainless steel liner. It shall have a capacity of three gallons,
and shall not exceed 15 pounds in weight. Must be available in Standard
NATO Green color. The container must be fully functional in temperature
extremes from minus 25 F to 100 F. It must maintain hot beverages at
not less than 160OF, and cold beverages at not greater than 50OF, for
twelve hours in ambient temperatures between minus 25 F and 100 F.
MARCORSYSCOM intends to issue a 5 year Indefinite Quantity / Indefinite
Delivery (IDIQ) contract based on firm-fixed prices. Award is
anticipated in FY 00. Aggregate minimum and maximum quantities for the
life of the contract are 1000 / 10,000. Minimum and maximum quantities
for each individual delivery order are 100 / 10,000. Each of the two
CLINs will be further subdivided into yearly ordering periods according
to the following structure -- CLIN 0001 (Food Container) shall be
subdivided into CLIN 0001AA, 0001AB, 0001AC, 0001AD, 0001AE, with AA
being the first yearly ordering period, and AE the last. CLIN 0002
(Beverage Container) shall be similarly divided, with 0002AA being the
first yearly ordering period, and 0002AE the last. Written proposals
shall contain the following: 1) unit price for CLIN 0001AA -- AE, and
CLIN 0002AA -- AE, in accordance with the following stepladder
quantities matrix: 50-100, 101-500, 501-1000, 1001-5000. Pricing shall
be FOB Origin. Each offeror who believes that acquisitions in
different quantities would be more advantageous is invited to recommend
an economic purchase quantity. If different quantities are recommended,
a total and a unit price must be quoted for applicable items. An
economic purchase quantity is that quantity at which a significant
price break occurs. If there are significant price breaks at different
quantity points than listed above, this information is desired as well
(FAR 52.207-4) 2) sufficient documentation to establish a bonifide
capability to fulfill the technical requirements stated above,
including commercial literature 3) warranty information 4) relevant
past history on contracts of a similar nature, including customer name,
contract number, award quantity, total contract value, and point of
contact 5) a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items, which can be
found at the following website --
http://www.arnet.gov/far/loadmain52.html 6) in accordance with FAR
19.702, an acceptable small business sub-contracting plan shall be
required, or a request for a waiver shall be submitted citing one of
the exceptions listed in 19.702(b), and 7) delivery lead time.
Proposals shall be sent by UPS, FED-EX, or Hand Delivered to:
Commander, Benjamin Zaslow CTQ 3BZ, MARCORSYSCOM, 3041A McCawley Ave,
Quantico Va 22134-5010, and be received not later than 1500 hrs, 28
June, 2000. Award will be based on Best Value to the Government, using
the following evaluation criteria: 1) ability to meet all performance
specifications 2) company experience, management capability, and
quality control 3) price, which will be evaluated at an ordering
quantity of 200, and stepladder discounting, which will be evaluated
for each Sub CLIN, 4) delivery lead time, and 5) past performance. In
addition to FAR 52.212-3 cited above, the following FAR Provisions and
Clauses also apply to this acquisition: 52.212-1, Instructions to
Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions
-- Commercial Items; 52.212-5, Contract Terms and Conditions Required
to Implement Statutes Of Executive Orders -- Commercial Items, from
which the following numbers apply: 1, 5, 6 alt II, 11, 12, 13, 14, 15,
16, 17, 18, and 22); 52.216-18 -- Ordering, Full Text Follows: (a) Any
supplies and services to be furnished under this contract shall be
ordered by issuance of delivery orders or task orders by the
individuals or activities designated in the Schedule. Such orders may
be issued from date of contract award through sixty months after
contract award (b) All delivery orders or task orders are subject to
the terms and conditions of this contract. In the event of conflict
between a delivery order or task order and this contract, the contract
shall control (c) If mailed, a delivery order or task order is
considered "issued" when the Government deposits the order in the mail.
Orders may be issued orally, by facsimile, or by electronic commerce
methods only if authorized in the Schedule (end of clause). 52.216-19,
Order Limitations, (Oct 1995) Full Text Follows: (a) Minimum order.
When the Government requires supplies or services covered by this
contract in an amount of less than 50 each for all CLIN the Government
is not obligated to purchase, nor is the Contractor obligated to
furnish, those supplies or services under the contract. (b) Maximum
order. The Contractor is not obligated to honor -- (1) Any order for a
single item in excess of 5000 each (2) Any order for a combination of
items in excess of 10,000 (3) A series of orders from the same
ordering office within 30 days that together call for quantities
exceeding the limitation in subparagraph (b)(1) or (2) of this section
(c) If this is a requirements contract (i.e., includes the
Requirements clause at subsection 52.216-21 of the Federal Acquisition
Regulation (FAR)), the Government is not required to order a part of
any one requirement from the Contractor if that requirement exceeds the
maximum-order limitations in paragraph (b) of this section. (d)
Notwithstanding paragraphs (b) and (c) of this section, the Contractor
shall honor any order exceeding the maximum order limitations in
paragraph (b), unless that order (or orders) is returned to the
ordering office within 15 days after issuance, with written notice
stating the Contractor's intent not to ship the item (or items) called
for and the reasons. Upon receiving this notice, the Government may
acquire the supplies or services from another source; 52.216-22,
Indefinite Quantity; 52.216-27, Single or Multiple Awards. Full texts
can be viewed at the website listed above. Posted 05/19/00
(W-SN456528). (0140) Loren Data Corp. http://www.ld.com (SYN# 0243 20000523\73-0001.SOL)
73 - Food Preparation and Servicing Equipment Index Page
|
|