Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2007 FBO #2181
SOLICITATION NOTICE

58 -- Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract for T-30D or equal Navigation Test Sets.

Notice Date
11/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-08-R-B406
 
Response Due
12/5/2007
 
Archive Date
2/3/2008
 
Point of Contact
Fern McAvay, 732-532-0973
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(fern.mcavay@conus.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found a t FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation is a Request for Proposal (RFP) and the solicitation number assigned is W15P7T-08-R-B406. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21. The small business size standard for the North A merican Industry Classification System (NAICS) Code 334511 is 750 employees. The United States Army CECOM Life Cycle Management Command, Fort Monmouth, NJ 07703 intends to award a Five (5) Year Indefinite Delivery Indefinite Quantity (IDIQ) type contract with orders to be placed on a Firm Fixed Price (FFP) basis for T-30D Navigatio n Test Sets, NSN 6625-01-426-3927, or equal. The guaranteed minimum quantity for the contract is 90 each T-30D Test Sets with the maximum being 590 each. Offerors shall provide with their offers the terms of their commercial warranty. The delivery sched ule shall be 10 test sets delivered 60 days after receipt of order and 20 each month thereafter until completion. Accelerated delivery is requested at no additional cost to the Government. Initial delivery order quantity shall be meeting the Flexible Lon g Term Contract minimum requirements and there shall not be a minimum quantity requirement for the out years of the contract. Packaging requirements are commercial packaging. Inspection and Acceptance will be at origin. Shipments are to be FOB Destinati on, FAR 52.247-34, to DODAAC: W25G1W Tobyhanna Army Depot, Property Officer, 11 Hap Arnold, PA 18466. The Defense Priorities and Allocations System (DPAS) assigned rating for this acquisition is DO-A7. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR 52.212-2, Evaluation  Commercial Items applies to this acquisition (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical - The Offerors technical proposal shall be in compliance with SOW, Attachment #1 and provide documented evidence of the Offerors capability to meet the technical requirements stated herein. 2) Schedule - The offerors ability to deliver the items in accordance with the delivery schedule stated above. 3) Price - The Offeror shall complete the pricing in Attachment #2 for a five-year ordering period for the item proposed. Offerors shall propose unit pricing for range order quantities to maximize economies of scale. 4) Performance Risk - The Government will assess the relative risks associated with an offeror's likelihood of success in performing the solicitation's requirements as indicated by that offeror's record of past performance. The Technical Factor is slightly more important than the Performance Risk Factor, which is slightly more important than Schedule Factor, which is slightly more important than the Price Factor. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly un balanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within th e time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negoti ations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications  Commercial Items, ALT I with its offer. FAR 52.212-4, Contract Terms and Conditions  Commercial Items applies to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition. The following clauses in paragraph (b) also apply: 52.219-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-29, 52.232-33; DFARS 252.212-7000; Offeror Representations and Certifications  Commercial Items applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clause in paragraph (a) applies: FAR 52.203-3; the foll owing clauses in paragraph (b) apply: DFARS 252 .205-7000, 252.225-7001, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023; Additional provisions and clauses applicable to this acquisition are as follows: FAR 52.211-6, Brand Name or Equal applies to this acquisition FAR 52.216-18, Ordering; 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 five years (5) thereafter. (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. FAR 52.216-19, Order Limitations; (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than TBD , the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the co ntract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 200 ; (2) Any order for a combination of items in excess of 200 ; or (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 requireme nt 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 Contractors 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 FAR 52.216-22, Indefinite Quantity; (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in t he Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and includin g the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at mul tiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and oblig ations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last scheduled delivery or the expiration date of the contract. FAR 52.223-11, Ozone-Depleting Substances; FAR 52.227-01, Authorization and Consent; FAR 52.227-02, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.227-03, Patent Indemnity; FAR 52.227-06, Royalty Information; FAR 52.227-09, Refund of Royalties; FAR 52.233-1, Disputes; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.243-01, Changes  Fixed Price (Supplies); FAR 52.246-2, Inspection of Supplies - Fixed Price; FAR 52.252-02, Clauses Incorporated by Reference; DFARS 252-204-7003, Control of Government Personnel Work Product DFARS 252.211-7003, Unique Item Identification and Valuation; DFARS 252.211-7006, Radio Frequency Identification; DFARS 252.232-7003 - Electronic Submission of Payment Requests; THE FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION BELOW REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/index.html or http://www.acqnet.gov/far/ The following clauses are local CECOM Life Cycle Management Command (CECOM LCMC) clauses and the contractor shall request a copy from the Contract Specialist, if needed; 52.7043, Standard Practice for Commercial Packaging; Some supplies may require Military Packaging depending on the destination and intended use. Packaging requirements for those items will be provided with the delivery order. 52.7047, Bar Code Marking 52.6076, Army Electronic Invoicing Instructions 52.7050, Administrative Data/Instructions to the Paying Office; 52.7080, DFAS Columbus Web Invoicing System 52.7630, Year 2000 Compliance; 52.6110, Mandatory Use of Contractor to Government Electronic Mail; Any 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 US Army CECOM LCMC has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitations for Request for Proposals (RFPs), and Invitations for Bids (IFBs). All parties interested in doing busine ss with CECOM LCMC are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil . Registration guidance is provided under User Services at the User Registration Link on the IBOP Website. For technical IBOP related issues unrelated to registration, call (732)532-1840/5246. All necessary Attachments are provided with this solicitation posting. Items are to be packaged in a single box to help reduce the logistical foot print, and to provide the deployability and mobility the aviation community needs to increase the aircrafts combat readiness. NOTE: The Government does not possess a technical data package for this item. All offers are to be submitted through the IBOP by 4:00 PM ET on 5 December 2007. Questions should be directed to: Ms. Fern McAvay, 732-532-0973. A copy of this synopsis/solicitation has been posted on the IBOP website under Solicitation Number W15P7T-08-R-B406.
 
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
SN01452227-W 20071116/071114225548 (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.