SOLICITATION NOTICE
69 -- This is a combined synopsis/solicitation for realistic visual, thermal, And I2 Infantry Combat ID (ICID) and Vehicle Combat ID (VCID) Targets for use at US Army Sustainable Range Program (SRP) installations.
- Notice Date
- 7/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-07-R-CIDT
- Response Due
- 7/31/2007
- Archive Date
- 9/29/2007
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis/solicitation for commercial items is prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. FAR 12.603(c)(2)(iii) is supplemented to add Federal Ac quisition Circular 2005-18. The ICIDs and VCIDs procured via this solicitation will incorporate naked-eye visual, thermal signature, and night vision images of select infantry and vehicle targets to improve the warfighters ability to arrive at proper enga ge/dont engage decisions. This announcement constitutes the only solicitation (number W52H09-07-R-CIDT); proposals are being requested and a formal solicitation will not be issued. This solicitation is issued on a full and open competition basis under NAI CS code 326199, all other plastics manufacturing (small business size standard 500 employees), and will result in a five-year, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government intends to make multiple awards. The g uaranteed minimum order quantity resulting from this solicitation will be a quantity of Combat ID Targets (ICID and VCID) with a value of $3 Million. The quantity breakdowns of ICIDs and VCIDs from this guaranteed minimum are not currently known. However, ICID (CLIN 0001) awards will be equally divided among all successful ICID offerors, and VCID (CLIN 0002) awards will be equally divided among all successful VCID offerors. Each successful offeror will be issued one Delivery Order under the target type for which they are a successful offeror. An award under this solicitation in no way obligates the Government to place any additional orders beyond this guaranteed minimum. The combined total maximum dollar value of supplies and services that the Government may acquire under all contracts awarded as a result of this solicitation is $40,000,000.00. There are no specified maximum dollar values associated with any Delivery Orders. Any subsequent Delivery Orders placed against this contract will utilize firm-fixed p rices based on the unit prices provided by the successful offeror(s) for relevant items within the corresponding ordering period(s). Ordering periods are as follows: ORDERING PERIOD 1, DATE OF AWARD 30 SEP 2008; ORDERING PERIOD 2, 01 OCTOBER 2008 30 SE P 2009; ORDERING PERIOD 3, 01 OCTOBER 2009 30 SEP 2010; ORDERING PERIOD 4, 01 OCTOBER 2010 30 SEP 2011; ORDERING PERIOD 5, 01 OCTOBER 2011 30 SEP 2012. NOTICE: This synopsis/solicitation is posted electronically to the Federal Business Opportunities (FedBizOps) website at http://www.fbo.gov under number W52H09-07-R-CIDT and any amendments will be issued electronically via the same website. The Government is under no obligation to maintain a respondent list and it is therefore incumbent upon any inter ested parties to periodically access FedBizOps site to obtain any amendments which may be issued. The following attachments apply to this solicitation: (001) CID Performance Description; (002) Executive Summary; (003) ICID Pricing Spreadsheet; (004) VCID P ricing Spreadsheet; (005) Section L, Instructions, Conditions, and Notices to Offerors; (006) Section M, Evaluation Factors for Award; (007) TACOM LCMC RI Proposal Submission for Small Business Participation; (008) Section E, Inspection and Acceptance; (0 09) Section F, Deliveries or Performance; (010) TACOM-Rock Island Non-standard Clauses. All attachments can be found on TACOM-Rock Islands Solicitation Information Page, URL: https://aais.ria.army.mil/aais/SOLINFO/index.htm under Draft Solicitations/Speci fications/Scopes of Work. Offerors are advised to retrieve all attachments, submitting adequate information for evaluation and their best prices in response. The attachments listed above, in conjunction with this combined synopsis/solicitation, constitute the body of this solicitation and set forth all requirements, specifications, instructions, and evaluation factors for award under this procurement action. The following FAR clauses apply to this acquisition and are incorporated by reference: 52.203-3, Gratuities, Apr 1984; 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data, Alternate IV (Oct 1997); 52.219-8, Utilizat ion of Small Business Concerns (May 2004); 52.219-9, Small Business Subcontracting Plan (Sep 2006); 52.219-16, Liquidated Damages -- Subcontracting Plan (Jan 1999); 52.246-16, Responsibility for Supplies, Apr 1984; 52.216-18, Ordering, Oct 1995, with order ing dates inserted as from time of award through 30 Sep 2012; 52.216-19, Order Limitations (Oct 1995); 52.216-22, Indefinite Quantity, Oct 1995; 52.212-4, Contract Terms and Conditions Commercial Items, Sep 2005; 52.212-5, Contract Terms and Conditions R equired to Implement Statutes or Executive Orders Commercial Items, Aug 2006; 52.222-3, Convict Labor, Jun 2003 (E.O. 11755); 52.222-19, Child Labor Cooperation with Authorities and Remedies, Jan 2006 (E.O. 13126); 52.222-21 - Prohibition of Segregated Facilities, Jun 2004; 52.222-26 - Equal Opportunity, Apr 2002 (E.O. 11246); 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Dec 2001 (38 U.S.C. 4212); 52.222-36 - Affirmative Action f or Workers With Disabilities, Jun 1998 (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Sep 2006; 52.222-39, Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004); 52.225-1 - Buy American ActSupplies, Jun 2003 (41 U.S.C. 10a-10d); 52.225-5 - Trade Agreements, Jun 2006 (19 U.S.C. 2501); 52.225-13, Restriction on Certain Foreign Purchases (Feb 2006); 52.232-33 - Payment by Electronic Funds Tra nsfer-Central Contractor Registration, Oct 2003 (31 U.S.C. 3332); 52.232-16, Progress Payments (April 2003); 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, Jan 2005; 52.20 4-7 Central Contractor Registration, July 2006; 52.204-9 - Personal Identity Verification of Contractor Personnel, Jan 2006; 52.243-1 - Changes - Fixed-Price, Aug 1987; 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions, Sep 20 05; 52.212-1, Instructions to Offerors -- Commercial Items (Sep 2006), as tailored in Attachment 005, and paragraph (c), Period for Acceptance of offers tailored to hold offer prices for 60 calendar days; 52.212-2, Evaluation -- Commercial Items (Jan 1999) , as tailored in Attachment 006; 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, Jun 2006; 52.252-6 - Authorized Deviations in Clauses, Apr 1984; 52.216-1 - Type of Contract, Apr 1984; 52.225-17 - Evaluation of Foreign Currency Offers, Feb 2000; DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders, Dec 1991; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial I tems, Apr 2007; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country, Dec 2006; DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts), Apr 2007; DFARS 252.225-7001 Buy American A ct and Balance of Payments Program, Jun 2005; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, Apr 2003; DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, Sep 2004; DFARS 252.232-7003 Electronic Submission of Payment Requests, Mar 2007; DFARS 252.232-7004 DoD Progress Payment Rates, Oct 2001; DFARS 252.243-7001 Pricing of Contract Modifications, Dec 1991; DFARS 252.243-7002 Requests for Equitable Adjustment , Mar 1998; DFARS 252.242-7003 Application for U.S. Government Shipping Documentation/Instructions, Dec 1991; DFARS 252.204-7003 Control of Government Personnel Work Product, Apr 1992; DFARS 252.204-7000 Disclosure of Information, Dec 1991; DFARS 252.225-7021 Trade Agreements, Mar 2007; DFARS 252.246-7000 Material Inspection and Receiving Report, Mar 2003; DFARS 252.247-7022 Representation of Extent of Transporta tion by Sea, Aug 1992; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate I, Mar 2000; DFARS 247.572-1 Ocean Transportation Incidental to a Contract for Supplies, Services, or Construction. The following TACOM-Rock Island Nonstandard Clauses a lso apply to this solicitation: 52.215-4500, Notice of Best Value Criteria; 52.215-4503, Notice to Offerors - Electronic Bid/Offer Response Required, Dec 2005; 52.201-4501, Notice about TACOM-RI Ombudsman, Apr 2002; 52.233-4503, AMC-Level Protest Program, Jun 1998; 52.204-4505, Disclosure of Unit Price Information, Feb 2003; 52.211-4503, Packaging Requirements (Commercial), Nov 2005; 52.242-4505, CAO Shipping Instructions for Overseas Movements, Mar 1988; 52.247-4531, Cognizant Transportation Officer, May 1 993; 52.246-4500, Material Inspection and receiving Reports (DD Form 250), Nov 2005; 52.247-4545, Place of Contract Shipping Point, Rail Information, May 1993; 52.247-4544, Transportation Containerization, Jan 1991; 52.215-4511, Electronic Award Notice, De c 2005; 52.211-4547, Notice to Offerors Intending to Offer Other than New Material, Jun 2005. TACOM-Rock Island non-standard clauses can be accessed at Attachment 010. Deliveries under this contract action will be made FOB Destination. Additional clauses specific to certain sections of the solicitation may be listed in one or more of the previously-referenced attachments. For example, all Section E (Inspection and Acceptance) related clauses are listed on Attachment 009. Submit offers and material requests IAW this combined synopsis/solicitation and its attachments by e-mail to Gregg Johnson at gregory.johnson23@us.army.mil. Phone number of contact is (309) 782-5851. Secondary POC is Judy Bechtler-Holzer, e-mail judy.bechtlerholzer@us.army.mil, phone (309) 782-8530. Offers, including the items listed in Attachment 006, paragraph 7, are due by Tuesday, 31 July, 2007 at 4:30 PM, Central Standard Time.
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN01342089-W 20070715/070713221454 (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 |