Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

12 -- FM-200 Fixed Fire Extinguishing and Water Washdown System Kits - Statement of Work-Attachment 1 - Bill of Materials- Attachment 2 - Brand Name Justification

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-10-R-20018
 
Archive Date
6/16/2010
 
Point of Contact
Rachelle Dorleans, Phone: 617-494-2136
 
E-Mail Address
rachelle.dorleans@dot.gov
(rachelle.dorleans@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Attachment 2 Attachment 1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Solicitation No. DTRT57-10-R-20018 is issued as a Request for Proposal (RFP). This solicitation is being conducted in accordance with FAR Part 13.5, Test Program for Certain Commercial Items and Part 15, Contracting by Negotiation. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-38 dated February 1, 2010. The NAICS Code is 336611 Ship Building and Repairing, and the Small Business size standard is 1,000 employees. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to purchase a commercially available Kit for FM-200 Fixed Fire Extinguishing and water washdown system parts to support installation onboard one U.S Army LCU-2000 Watercraft. The purchase of these parts must fulfill the Volpe Center's needs as described in the attached Statement of Work, SOW (Attachment 1), and the Bill of Materials List (Attachment 2). The Government intends to award a Firm Fixed-Price Contract on an unrestrictive basis. This Request for Proposal is a solicitation expected to result in a single award, subject to receipt of an acceptable proposal. Award will be made to the lowest proposed technically acceptable Offeror. Proposals shall include technical qualifications and pricing for the following item in a written quotation: CLIN 0001 - FM-200 FIXED FIRE EXTINGUISHING and WATER WASHDOWN SYSTEM (in accordance with the attached SOW (Attachment 1)) and LCU-2000 Parts Identification/Quantities List, (Attachment 2-Bill of Materials List); (1) Lupsum(LS) $______ Total: _____; CLIN 0002: Delivery of the Parts to Army Depot in San Leandro, California (in accordance with the attached SOW (Attachment 1)) and LCU-2000 Parts Identification/Quantities List, (Attachment 2-Bill of Materials List); (1) Lump Sum(LS) $_______ Total: $_________. Grand total for CLINS 0001-0002$____________. EVALUATION OF OFFERS: FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. Technical capability of the item offered to meet the Government requirement is more important than price. The Government intends to evaluate proposals and award a firm fixed price contract in accordance with the SOW, Attachment 1. Award will be made to the responsive and responsible Offeror whose offer will provide the best value to the Government based on the Price Proposal and the Technical Proposal. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. An award will be made to the source whose quote, conforming to the solicitation, is determined to offer the best value to the Government in terms of 1) technical qualifications; and 2) the lowest proposed price. It is the Government's intent to award a firm fixed price contract based upon initial offers without entering into discussion or negotiations (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a price standpoint, reflecting ANY AVAILABLE DISCOUNTS. An award will be made to the responsive and responsible Offeror whose offer will provide the greatest overall value to the Government in terms of technical experience and price. While it is the Government's intent to make award based upon initial offers, the Government may, nevertheless, determine during the evaluation period that it is necessary to conduct discussions. PRICE -The Government will evaluate quotes based on the total price proposed for CLIN 0001- CLIN 0002 to determine price reasonableness. ORDER OF IMPORTANCE-Technical qualification is more important than price in the selection of an Offeror for award. Not withstanding this fact, Offeror's are cautioned not to minimize the importance of the price proposal. The winning proposal will be based on the following selection criteria, listed in descending order of importance: 1. Technical Qualifications Evaluation Criteria The Offeror's Technical Proposal will be evaluated in accordance with the criteria described below. a. A certified FM-200 Kidde Technical Representative must be provided for the purpose of commissioning and basic crew training. b. Technical representative shall have a minimum of 3 years of marine based fire suppression installation and commissioning experience. c. The contractor must include manufacture language (such as descriptive literature) for any equivalent parts proposed. d. Contractor must commit to meeting the delivery schedule listed in the Statement of work. 2. Lowest proposed price Instructions to Offerors: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. The offer must include a copy of the standard commercial warranty per FAR Clause 52.212-1(b) (5), Terms of any Express Warranty. All responsible sources may submit a proposal which shall be considered by the Agency. Written proposals shall include a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. A determination not to compete this proposed contract based upon responses to this combined synopsis/solicitation is solely within the discretion of the Government. The Government intends to award a contract without discussions and advises all Offerors to present their best prices in response to the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Government. The Offeror's signed offer shall be prepared as either a PDF or Microsoft Word file document and submitted electronically via email to rachelle.dorleans@dot.gov to arrive no later than 2:00 P.M., Eastern Standard Time, on March 25, 2010. Proposals submitted via facsimile or U.S. Mail are not authorized and late responses will not be considered. The Government will not pay for any information received. Solicitation Provisions: All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) must be submitted with the offer, an offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2009), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 7, 11, 14, 16, 17,22, 24, 30,and, 34. Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. For information concerning the acquisition, contact the contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-R-20018/listing.html)
 
Record
SN02093528-W 20100318/100316235152-3611f58bad6d06318d6e167e129175a2 (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.