SOLICITATION NOTICE
J -- REPAIR TEST CELL INTERCONNECT BOX FOR AGT1500 ENGINE TEST CELL
- Notice Date
- 2/6/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
- ZIP Code
- 66611-1170
- Solicitation Number
- W912JC04R4010
- Response Due
- 3/10/2004
- Archive Date
- 5/9/2004
- Point of Contact
- Tom Coleman, (785) 274-1211
- E-Mail Address
-
Email your questions to USPFO for Kansas
(tom.coleman@ks.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. Repair services are for the repair of the AGT 1500 Turbine Engine interconnect box for the Advanced Turbine Engine Army Maintenance Team located in Building 1460 on Ft Riley Kansas. This solicitation is prepared IAW FAR 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. This is a solicitation document and incorporates provisions are those in effect through Federal Acquisition Circular 2001-18. NAICS code is 811219. Proposed contract requires the qualified contractor to provide an efficient means of connecting to the AGT 1500 Tu rbine engine and control room. Requirements include relay data, and control functions to and from the engine to the control room. The final product must be capable of interfacing with the AGT-1500 turbine engine dress kit to include additional test conne ctions provided in the scope of work (SOW). Scope of work can be downloaded at www.ngks.net. Relay data to the control room via the most efficient means possible and in a form that a PC using (Win XP PRO) with lab-view 7 can use. Submit a firm fixed-pric e proposal necessary to make required equipment upgrades and options. The contractor proposal should include design; construction and verification of the hardware and software for the AGT-1500 turbine engine interconnect box, meeting specifications listed out in the SOW. The contractor proposal should include all equipment necessary to complete the interconnect box that is not designated as Government Furnished. Contractor must supply wiring schematics with data format of input and output signals within 60 days and have a design review with ATEAM within 30 days from award date. Interconnect box must function in all required aspects as specified in the scope of work. At completion, contractor will supply all documentation, wiring schematics, software, an d a complete parts and component list (including supplier data and part numbers) which will become the property of the Kansas Army National Guard. Government Furnished Equipment: The government will provide available technical data. The government will p rovide access to electrical power, as it currently exists in Building 1460. The Government will provide access to the cabinet for survey prior to proposal submittal. The government will provide the cabinet that will house the data acquisition components. Technical Qualifications of the Offeror: Technically acceptable contractor must have experience in modification or manufacture of similar engine interconnects boxes and their current capabilities to perform the required equipment upgrade. Prospective con tractors must provide evidence of their successful prior experience and capability to perform the required work, and provide points of contacts with the firms or agency you have performed these services for within the past five years. Offerors must be abl e to clearly show they have substantial experience with the manufacture of, and or alteration of, engine test cell equipment and software. Award shall be made based on Best Value. Best value offer will be determined by evaluation of the contractor past pe rformance and experience with this type of controls and evaluation of the offers ability to provide all options required in the Statement of Work and price. Technical factors and price are approximately equal in value. Offers shall be evaluated on the pr oposed delivery date, evidence of their successful prior experience and capability to perform the required work, submitted technical data package, and cost. Te chnical and Past Performance are approximately equal in value and factors evaluated other than price are approximately equal to price. Technical proposal shall be evaluated and rated using the following ratings: Excellent - Proposal demonstrates excellen t understanding of requirements and approach that significantly exceeds performance or capability standards. Proposal has exceptional strengths that will significantly benefit the Government. Satisfactory - Proposal demonstrates good understanding of requ irements and approach that exceeds performance or capability standards. Has one or more strengths that will benefit the Government. Unsatisfactory - Fails to meet performance or capability standards. Requirements can only be met with major changes to the p roposal. Past Performance shall be evaluated based on the following: Excellent (low risk) - Based on the offeror's past performance record, little doubt exists that the offeror will successfully perform the required effort. Satisfactory (moderate risk) - Based on the offeror's past performance record, some doubt exists that the offeror will successfully perform the required effort. Unsatisfactory (high risk) - Based on the offeror's past performance record, some or substantial doubt exists that the offer or will successfully perform the required effort. Tradeoffs may be considering offerors past performance, technical and price. Best value is the most advantageous offer, and consistent with the governments stated importance of evaluation criteria. This m ay result in award being made to a higher-rated, higher-priced offer where the contracting officer determines that past performance or technical evaluations outweighs the cost difference. Proposals shall be submitted via e-mail, mail or fax not later than 10 March 2004 at 2 PM (CT). The provision at FAR 52.212-3, Offeror Representations and Certifications (5/2002) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contra ct Terms and Conditions (2/2002) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (5/2002) applies to this acquisition. Under paragraph b, the followi ng clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (11/2001), is applicable to this acquisition. Solicitation is unrestricted. For technical questions please contact Mr. Craig Wellni tz, (785) 239-8094 or e-mail craig.wellnitz@riley.army.mil offers are due by 3 March 2004 by e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Thomas E. Co leman; (785) 274-1211 or e-mail to: tom.coleman@ks.ngb.army.mil Simplified Acquisition Procedures will be utilized.
- Place of Performance
- Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
- Zip Code: 66611-1170
- Country: US
- Zip Code: 66611-1170
- Record
- SN00517729-W 20040208/040206212315 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |