SOLICITATION NOTICE
28 -- Combined Synopsis/Solicitation for Engine Starter
- Notice Date
- 3/23/2007
- 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-C501
- Response Due
- 4/5/2007
- Archive Date
- 6/4/2007
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION W15P7T-07-B-C501 This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) Federal Acquisition Regulation (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 synopsis/solicitation is an Invitation to Bid (IFB) through a Reverse Auction (RA) for W15P7T-07-B-C501. The instructions on how the Reverse Auction will be evaluated are listed below. Instructions on how each contractor can receive a User Name and P assword for the RA are listed below. The Reverse Auction will take place on 19 APR 2007, and the anticipated award date is on or around 23 APR 2007. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The proposed contract is 100% set aside for Small Business concerns. The small business size standard, in number of workers, is 750 for the North American Industry Classification System (NAICS) Code 336332. The United States Army intends to procure a quantity of Two Hundred (200) Engine Starters, which are a vital component to the successful operation of the 30 KW and 60 KW Tactical Quiet Generator (TQG). Additional specifications/description is as follows: The Engine Starter, NSN 2920-01-359-4770, is a John Deer Commercial part, Part Number (P/N) RE527367; CAGE: 75755. This contract will also have a 100% option for 200 additional Engine Starters. The Government reserves the right to exercise the option up to 365 days after contract award. Shipments are to be FOB Destination. Inspection and Acceptance will be at Source. All Items are to be shipped to: (W25G1U) Transportation Officer DDSP New Cumberland Facility New Cumberland, PA 17070-5001 Initial Delivery shall be for 100 units within 75 days of contract award. The final 100 units shall be delivered within 30 days after initial delivery. Packaging and Packing shall be IAW Standard Practice for Commercial Packaging (ASTM D 3951-98). Marki ng shall be IAW MIL-STD-129P. REVERSE AUCTION INSTRUCTIONS AND AGREEMENT Instructions: 1. The United States Communication-Electronics Life Cycle Management Command (C-E LCMC) will conduct an anonymous, online reverse auction for the requirements stated in this combined synopsis/solicitation. The Reverse Auction will take place on 19 APR 20 07. Once the auction date is set, the Reverse Auction will take place on that date at 2:00PM, Eastern Standard Time. Delivery shall be in accordance with the specified delivery schedule listed above in this combined synopsis/solicitation. The contractor shall sign and return this agreement in addition to FAR 52.212-3 Offeror Representations and Certifications Commercial Items to the Contracting Officer at C-E LCMC to receive a user ID and password for the Reverse Auction by COB 05 APR 2007. Please sub mit the following information for user name and password assignment: First and last name, company name, mailing address (street, city, state & zip code), phone #, E-mail address, and time zone. All approved vendors will be provided a user name and passwo rd, training date and POC via E-mail prior to the start of the auction. The web address to gain access to the auction will also be provided along with the contractors username and password. Point of Contact (POC) for this requirement is Contract Special ist, Peter Lewandowski, and can be reached at 732-532-7278 or via E-mail peter.lewandowski@us.army.mil. The back-up POC for this requirement is Contract Specialist Chris Trotman, and can be reached at 732-532-3141 or via E-mail christopher.trotman@us.army .mil. The bidders agree to meet each requirement and only offer items that meet or exceed these requirements. 2. By parti cipating 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 Contractin g Officer cancels the Reverse Auction, the combined synopsis/solicitation may be processed following normal sealed bid procedures. 3. A 1 year, Firm-Fixed Price contract with a 100% option will be executed for this requirement. During the Reverse Auction, bidders are only submitting their GRAND TOTAL price of the 1 year and the option year. A bidder shall not be permitted to submi t and revised pricing other than the final price submitted during the Reverse Auction. Once the auction is complete, the winning contractor shall submit a signed copy of their final price for the 400 Engine Starters (200 in year one and 200 in the option year). Bidders have 24 hours from the time the Reverse Auction ends to submit a complete breakout of the prices. EXAMPLE: SLIN QUANTITY UNIT PRICE EXTENDED PRICE 0001AA 20 $12.00 $240.00 0002AA 20 10.00 200.00 0003AA 1 50.00 50.00 (TOTAL BID PRICE) $490.00 ***CAUTION: Unbalanced bids will cause Bidders to be eliminated/found non-responsive (See FAR 14.404-2(g), 14.405)*** 4. The Governments starting price for this auction will be a total net price of $300,000.00. Bids will be submitted in minimum decrements $500.00. If a bid is submitted within the last four minutes, as indicated by the website server clock, of the time period specified in 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. A bid during the Reverse Auction must differ from the market leading bid by at least the d ecrement 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 originally scheduled stop time. Further, if an extension period is generated and a bid is submitted within the last four minutes within the extension period, another five-minute extension 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. 5. By participating in the Reverse Auction, contractors certify they will not knowingly disclose their price to any other bidder except anonymously during the Reverse Auction. The contractors further certify that anonymous disclosure of its price during the Reverse Auction shall not be for the purpose of restricting competition. 6. At the conclusion of the Reverse Auction, the Government intends to make an award to the contractor who submits the lowest total price, and is deemed acceptable and responsible by the Contracting Officer. The bidders must bid on the quantity indentifi ed above in paragraph number 3. The Contracting Officer reserves the right to make no award under this procedure. I hereby agree to the above: . Contractor (Insert name and phone number) Authorized Agent PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation Commercial Items FAR 52.212-3, Offeror Representations and Certifications Commercial Items FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items APPLICABLE CLAUSES UNDER FAR 52.212.-5 FAR 52.219-6, Notice of Total Small Business Set-aside FAR 52.219-14, Limitations on Subco ntracting FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.225-1, Buy American Act Supplies FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232.29, Terms for Financing of Purchase of Commercial Items FAR 52.232-33, Payment by Electronic Funds Transfer Other Than Central Contractor Registration FAR 52.7043, Standard Practice for Commercial Packaging FAR 52.7047, Bar Coding FAR 52.7029, Preservation, Packing, and Marking Instructions FAR 52.242-15, Stop-Work Order FAR 52.242-17, Government Delay of Work FAR 52.247-34, F.O.B. Destination FAR 52.247-48, F.O.B. Destination Evidence of Shipment FAR 52.6076, Army Electronic Invoicing Instructions (Wide Area Workflow)(WAWF) FAR 52.7050, Administrative Data/ Instructions to Paying Office FAR 52.6110, Mandatory Use of Contractor to Government Electronic Mail DFARS 252.212-7001, Contr Terms & Cond Reqd Implement State/Exec. Orders Appl to Defense Acq of Comm. Items APPLICABLE CLAUSES UNDER DFARS 252.212-7001 DFARS 252.232-7003, Electronic Submission of Payment Requests FAR 52.7630, Year 2000 Compliance FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes Fixed Price FAR 52.214-3, Amendments to Invitations for Bids FAR 52.214-4, False Statements in Bids FAR 52.214-5, Submission of Bids FAR 52.214-6, Explanation to Prospective Bidders FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids FAR 52.214-10, Contract Award Sealed Bidding FAR 52.214-12, Preparation of Bids FAR 52.7251, AMC-Level Protest Program FAR 52.227-1, Authorization and Consent FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-3, Patent Indemnity FULL TEXT OF THESE PROVISIONS AND CLAUSES MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/indext.htm or http://www.acqnet.gov/far/ BASIS FOR AWARD: The Government intends to make an award to the contractor who submits the lowest total price, and is deemed acceptable and responsible by the Contracting Officer. The bidders must bid on the quantity identified above in paragraph number 3 (400 units). T he Contracting Officer reserves the right to make no award under this procedure. All Contractors not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or register on line at http://www.ccr.gov. The United States Army C-E LCMC has established the Interactive Business Opportunities Page (IBOP) website as part of the Armys Single Face to Industry (ASFI), to allow electronic posting of Solicitations for Request for Proposals (RFP), Request for Quotations (RFQ) and Invitation for Bids (IFB) from C-E LCMC to industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. The point of contact for this action is Peter Lewan dowski, Contract Specialist, 732-532-7278 or peter.lewandowski@us.army.mil. See FedBizOpps Numbered Note #1.
- 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
- Zip Code: 07703-5008
- Record
- SN01258178-W 20070325/070323222744 (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 |