SOLICITATION NOTICE
24 -- Mobile Cranes
- Notice Date
- 9/19/2016
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE8EC16R0001
- Point of Contact
- Robert Hutkowski, Phone: 215-737-7447, Robert Spadaro, Jr., Phone: 215.737.7265
- E-Mail Address
-
Robert.Hutkowski@dla.mil, Robert.Spadaro@dla.mil
(Robert.Hutkowski@dla.mil, Robert.Spadaro@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- DLA Troop Support is seeking proposals from interested vendors in participating in the acquisition of mobile cranes with a 15-ton capacity in accordance with Purchase description NAVSUP WSS PD-515. The requirement is for the purchase of mobile cranes for shipboard use and will be used afloat and are intended to hoist or lower general supplies and for the handling of ordnance. The solicitation (SPE8EC-16-R-0001) will be issued on an unrestricted basis with the intention of awarding one (1) Requirements-type contract for this shipboard-use crane. Solicitation Period: 30 days. Estimated Issue Date: 05 October 2106; Estimated Closing Date: 04 Nov 2016. THESE DATES ARE SUBJECT TO CHANGE. No proposals will be accepted in response to this notice. The solicitation will be fully competitive and the resulting contract will be fixed-price with economic price adjustments. The contract will have a total length or performance period of five (5) years. There will be no option periods. Pricing for the first contract year of the five-year contract period will be established at the time of award. Pricing for the subsequent contract years will be adjusted in accordance with the EPA Clause included in the contract. There will be several CLINs contained the solicitation. There will be a CLIN for a proposed price for East of the Mississippi, another CLIN for a proposed price for West of the Miss, plus several additional CLINs for various Contract Data Requirements Lists (CDRLs) line items, which must be separately priced as a one-time fee, separate from the unit price for the cranes. The CDRLs to be priced separately include technical manuals, Maintenance Index Pages (MIPs) and Maintenance Requirements Cards (MRCs). There will also be one time fees for all required testing: Hi-Shock tests; EMI tests; Saline Atmosphere tests and Noise Limits tests. These one-time fees will become payable under the first delivery order of the resulting contract. You MUST submit a price on each CLIN. You cannot receive an award for the forklifts without supplying the technical manuals, MIPs/MRCs, and performing the First Article Tests. The total estimated value for the proposed five-year contract will be $17,345,000.00. The contract will have a maximum limitation value of $35,000,000.00. The resulting contract(s) will not include any guaranteed minimum purchase requirements. Large business concerns must submit a Small Business Subcontracting Plan along with their proposal. An award will be made in accordance with the "Price Only" evaluation methodology. The government will make an award as a result of this solicitation to the responsible offerer, offering the lowest evaluated price, and taking no exception to the terms and conditions set forth in the solicitation including offering an item that complies with the applicable item description. An award is anticipated by February,2017. Contractor First Article Testing (FAT) is required, and there will be no waivers granted. The First Article Test (FAT) production lot shall consist of one (1) sample crane, tested at the contractor's plant or authorized laboratory. Solicitation will specify the required delivery dates for the customer-direct (DVD) Delivery Orders. The first Delivery Order (DO) will require Inspection at Source (Origin) and Acceptance at DLA Troop Support. All subsequent DOs will require Inspection/Acceptance at Origin/Source. Product Verification Testing (PVT) may be invoked if a negative quality trend develops. Radio Frequency Identification (RFID) will be required. Customer-Direct delivery orders will specify deliveries to both CONUS and OCONUS (via a containerization point) destination points. Due to the requirements for JP-8 fuel, NAVSUP WSS has received a blanket national security exemption (NSE), for non-compliant tier 3 engines. Once a contract is awarded, the manufacturer/contractor will be required to submit a NSE transfer form, for the equipment they will be providing, to NAVSUP for approval. This acquisition is subject to the requirements of the Trade Agreement Act. All offers shall be in the English language and in U.S. dollars. All proposals must include a hard copy of a completed solicitation with price and delivery data for all CLINS. Follow directions as outlined in the solicitation. Offerors responding to the solicitation must submit their proposal to the Business Opportunities Office (BOO), address shown in the solicitation. This agency will consider proposals submitted by all responsible sources.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPE8EC16R0001/listing.html)
- Record
- SN04277747-W 20160921/160919235157-ef81a65102452b29afc99627bd8c48b0 (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 |