Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2006 FBO #1798
SOLICITATION NOTICE

29 -- This proposed action is for a Five (5) Year ID/IQ contract for up to 500 Alternators (w/o voltage regulator) and installation kits, NSN: 2920-01-501-5551, P/O 5kW Generator Set, MEP-952 Auxiliary Power Unit (APU)

Notice Date
10/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
336322 — Other Motor Vehicle Electrical and Electronic Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-07-B-F001
 
Response Due
11/21/2006
 
Archive Date
1/20/2007
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Invitation for Bid (IFB) number is W15P7T-07-B-F001. This solicitati on documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-11 and DFARS change Notice 20060616. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336322 and the Small Business Standard is 750 employees. This procurement is for a maximum quantity of up to 500, 28 V olt 280 Amp, Alternators (NSN 2920-01-501-5551) and installation kits, which consist of a gasket, alignment pins and installation instructions. The acceptable commercial part numbers are: C.E. Niehoff & Co. (CAGE 76761) P/N N1379 for alternator without vo ltage regulator and Goodman Ball, Inc. (CAGE 62502) P/N 28000863 for installation kit; or, Goodman Ball, Inc. (CAGE 62502) P/N 96-9300, which includes both the alternator and installation kit. The Alternators are used to support the 5kW Generator Set, MEP -952 Auxiliary Power Units (APU). The 5kW Generator is designed to mount on selected M577A1 Armored Carrier and the M1068 tracked vehicles. The Government does not posses the technical data (drawings/specifications) that completely defines the Forms, Fit and Functions (F3) of the item being procured. CE Niehoff is the sole manufacturer of this item and considers the technical data package to be proprietary and will not do business directly with the Government. There are several local CE Niehoff distributors who have expressed an interest in this acqui sition, the proposed sources are as follows: Goodman Ball, Inc., 3639 Haven Ave Menlo Park, CA 94025, Cage Code 62502; Fleet Source INC., 423 County Road Box R Cliffwood, NJ 07721-1168, Cage Code 1YP12; D&W Diesel, 1503 Clark Street Road Auburn, NY 13021- 9593, Cage Code 1S9F5; and Partz Network LLC, 112 Burrs Road Mount Holly, NJ 08060-4405, Cage Code 3QKF5. The proposed action is for a five (5) year Firm Fixed Price (FFP), Indefinite, Delivery, and Indefinite Quantity (IDIQ) contract with the following range quantities for all five years as: Low: 10-20, Med: 21-50 and High: 51-100. Delivery schedule shall be specified in individual delivery orders. Inspection/Acceptance will be at Origin. Shipments are FOB Destination. All items are to be shipped to: TRANSPORTATION OFFICER DIST CT NTREQD DDSP NEW CUMBERLAND FACILITY NEW CUMBERLAND, PA 17070-5001 DODAAC: W25G1U Note: Production lead time for this item is 10 each 60 Days After Contract Award (DAC) and 10 each month thereafter until completion. Delivery Order 0001 will be issued at time of award for a quantity of 31 Alternators and installation kits. Provision and Clauses applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors  Commercial Items (JAN 2006); FAR 52-212-3, Offeror Representations and Certifications  Commercial Items (JUN 2006); Offeror is to fill in applicable blanks and return with bid. FAR 52.212-4, Contract Terms and Conditions  Commercial Items (SEP 2005); FAR 52-212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (AUG 2006), for Paragraph (b) the following clauses apply: (1), (8), (14), (15), (16), (17), (18), (19), (20), (21), (25), (26), (31); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisi tions of Commercial Items (SEP 2006), for Paragraph (a), 52.203-3 applies, for Paragraph (b) the following clause applies: 252.205-7000, 252.219-7003, 252.225-7001, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-1, Authorization and Consent (JUL 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.204-7, Central Contractor Registration (JUL 2006); FAR 52.214-3, Amendments to Invitation to Bid (DEC 1989); FAR 52.214-4, False Statements in Bids (APR 1984); FAR 52.214-6, Explanation to Prospective Bidders (APR 1984); FAR 52.214-12, Preparation of Bid (APR 1984); FAR 52.214-15, Period for Acceptance of Bids (APR 1984); FAR 52.214-16, Minimum Bid Acceptance Period (APR 1984)  (c) 30 days; FAR 52.216-18, Ordering (OCT 1995)  (a) contract award through completion date; FAR 52.216-19, Order Limitations (OCT 1995)  (a) 10 units, (b) (1) 100 units, (b)(2) N/A, (b)(3) N/A, (d) N/A; FAR 52.216-22, Indefinite Quantity (OCT 1995)  (d) six months; FAR 52.242-15, Stop-Work Order (AUG 1989); FAR 52.242-13, Bankruptcy (JUL 1995); FAR 52.232-8, Discounts for Prompt Payment (FEB 2002); FAR 52.233-3, Protest After Award; (AUG 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); FAR 52.246-2, Inspection of Supplies  Firm-Fixed Price (AUG 1996); FAR 52.6104, Notice: Solicitation Ombudsmen (JAN 2004); FAR 52.7025, Place of Performance and Shipping Point (DEC 1987); FAR 52.7055, Administrative Data/Instructions to Paying Office (MAR 1999); FAR 52.7055, Mandatory Use of Government to Government Electronic Mail (AUG 2006); DFARS 252.204-7000, Disclosure of Information (DEC 1991); DFARS 252.232-7010, Levies on Contract Payments (SEP 2005); DFARS 252.246-7000, Material Inspection and Receiving Report (MAY 2006); DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991); DFARS 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Code Marking; 52.7033, Preservation, Packing and Marking Instructions; 52.7037, Packaging Waivers 52.7041, Conditions for Acceptability of Commercial Packaging; 52.7630, Year 2000 Compliance The Communications- Electronics Life Cycle Management Command (C-E LCMC) intends to conduct a competitive, anonymous, on-line reverse action for this requirement. The Web address to gain access to the auction is: http://usave.monmouth.army.mil. The auct ion date is scheduled for 27 Nov 2006, 14:00 PM Eastern Standard Time. All responsible Offerors that respond to this solicitation must complete the REVERSE AUCTION INSTRUCTIONS AND AGREEMENT by 21 Nov 2006, 16:00 PM Eastern Standard Time. All parties int erested in doing business with C-E LCMC are invited to access, operate, send and receive information at the IBOP at https://abop.monmouth.army.mil; all attachments will be located here. Bidders need to be registered as a Browse and Post user. If you are not registered, please do so by clicking on the New User Registration link under User Services on the IBOP home page. Please contact the IBOP help desk at 732-532-1840 or 732-532-5246 (8am to 5pm, EST), should you need any assistance navigating the too l. Instructions to Bidders All bidders shall input their prices into the attached pricing spreadsheet, which is attachment 004 of this solicitation. Instruction for data input is provided in the spreadsheet. Caution Attachment 004 will be required to be submitted by the winning bi dder with final pricing filled in by 28 Nov 2006, 14:00 PM Eastern Standard Time. The pricing information must be completed for all five (5) Program Years and each range quantity as stated for the Alt ernator with Installation Kit. The price entered on the Website during the Reverse Auction shall be the total price. Bidders must propose on the range quantities as stated in the solicitation- Attachment 004. Bidders are required to submit an electronic online Representations and Certifications Application (ORCA). ORCA can be found at http://orcas.bpn.gov. ORCA files must be downloaded to the IBOP prior to the reverse auction. Note: Submission Due Date for Representations and Certifications and Reverse Auction Instruction Agreement is 21 Nov 2006 NLT 16:00 PM Eastern Standard Time. Basis for Award The Government intends to make an award to the Bidder who submits the lowest price, and deemed responsive to the terms of this solicitation and responsible by the Contracting Officer. The Bidders lowest price will be the total evaluated price for all pro gram years calculated according to the Excel Spreadsheet in Attachment 4. The Contracting Officer reserves the right to make no award under this procedure. All necessary Attachments are provided with this solicitation posting. NOTE: The price analysis shall consider whether bids are materially unbalanced. The Government may elect not to award to a bidder whose prices are materially unbalanced. A bid is materially unbalanced when it is based on prices significantly overstated for some work and significantly understated for other work. *** (See FAR 14.404-2(g), 14.405) *** REVERSE AUCTION INSTRUCTIONS AND AGREEMENT: The Communications -Electronics Life Cycle Management Command (C-E LCMC) will conduct a competitive, anonymous, on-line reverse auction for the requirements specified above. The Web address to gain access to the auction is http://usave.monmouth.army.mil. The specific time for this reverse auction will be 27 Nov 2006, 14:00 PM Eastern Standard Time. Delivery will be in accordance with the specified delivery schedule stated above. All interested parties shall sign and return this agreement to the Contractin g Officer at C-E LCMC to receive a user ID and password for the reverse auction by 21 Nov 2006, 16:00 PM Eastern Standard Time. Please submit the following information for user name and password assignment: First and Last Name, company name, mailing addr ess (street, city, state & zip), cage code, phone #, e-mail address, and time zone. All approved vendors will be provided a user name and password, training date and POC via e-mail prior to start of auction. The web address to gain access to the auction will also be provided along with the contractors user name and password. Point of contact for this requirement is Contract Specialist, Eric Waterman, 732-532-8354 or via e-mail eric.waterman@mail1.monmouth.army.mil. The bidders agree to meet each requir ement specified and only offer items that meet or exceed these requirements. Bidders shall not be permitted to submit any revised pricing other the final price submitted during the reverse auction. Once the Reverse Auction is complete, the winning contractor shall submit a signed copy of their final bid prices to the point of cont act above. Bidders/Offerors have 24 hours from the time the Reverse Auction ends to submit a complete breakout of SLIN prices. The Bidders must bid on the range quantities and requirements identified in the solicitation  See Attachment 004. Bidders will have 24 hours from the time the Reverse Auction ends to submit Attachment 004 with pricing information filled in. Caution: unbalanced bids will cause bidders to be eliminated /found non-responsive (See FAR 14.404-2 (g), 14.405). By participating in this Reverse Auction you grant the government the right to disclose your price; however, your name will be kept anonymous. The Contracting Officer also reserves the right to suspend or cancel the Reverse Auction at any time. If the Con tracting Officer cancels the Reverse Auction, the solicitation may be processed following normal sealed bid procedures. The Governments starting price for this auction will be at a total estimated price of $1,850,000.00. Bids will be submitted in minimum decrements of $1,000.00. If a bid is submitted within the last four minutes, as indicated by the website server clock, of the time period specified for the Reverse Auction stop time, the time period shall be extended for an additional five minute period beyond the time of the original stop time. An offer during the Reverse Auction must differ from the market, leading off er by at least the decrement identified on the auction detail page. If no bids are submitted within the extension period the Reverse Auction will close, i.e., within the last four minutes of the original scheduled stop time. Further, if an extension peri od is generated and an offer is submitted within the last four minutes within the extension period another five-minute extension period will be generated. There will be no limits on the number of extensions in each Reverse Auction. The market price will be the determining factor in closing the Reverse Auction. When no bids are submitted during the last four minutes of the extension period, then the auction will close. By participating in this Reverse Auction, Bidders certify they will not knowingly disclose their price to any other Bidder except anonymously during the Reverse Auction. The Bidders further certify that anonymous disclosure of their price during the Revers e Auction shall not be for purpose of restricting competition. I hereby agree to the above: _______________________ Contractor (Insert Name and Phone Number) Authorized Agent
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01172184-W 20061029/061027220651 (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.