COMMERCE BUSINESS DAILY ISSUE OF MARCH 8, 2001 PSA #2803
SOLICITATIONS
23 -- CAB AND CHASSIS TRUCKS
- Notice Date
- March 6, 2001
- Contracting Office
- Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N00164-01-R-0054
- Response Due
- March 20, 2001
- Point of Contact
- Sandy Woods, Code 1163, telephone 812-854-1687
- E-Mail Address
- click here for point of contact (woods_s@crane.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number N00164-01-R-0054 is hereby issued as a request for Proposal (RFP). The solicitation, specifications, and Statement of Work (SOW) can be downloaded in MSWord 97 or in PDF format at http://www.crane.navy.mil/supply/announce.htm. If proposing other than the specification, the offeror must provide the differences in sufficient detail to evaluate compliance with the requirements of this announcement. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-21 and DCN 20001213. The North American Industry Classification System (NAICS) Code for this procurement is 336120 and the size standard is 1000 employees. This requirement is for the following: CLIN 0001 is for 33,000 pound Cab and Chassis Truck in accordance with attached specifications and required modifications to fit an aircraft refueling tank. The cab and chassis modifications are in accordance with the SOW and performed by both manufacturer and dealer. CLIN 0002 is on-site technical support performed by a manufacturer certified technician. The on-site support is during the refueling tank conversion process. This effort is in support of the US Coast Guard. Contractors interested in proposing on this requirement can schedule a site visit to NAVAIRSEAFAC Solomons Island to inspect refueling trucks. The site visit shall be coordinated through the NAVSEA Crane POC. Each truck ordered will require the modifications and on-site technical support. Delivery is required F.O.B. NAVAIRSEAFAC Solomons Island, MD within 5 months after award. Final inspection will be at NAVAIRSEAFAC Solomons Island, MD. Selection for award will be made on the basis of lowest offered price meeting all the terms and conditions of the synopsis/solicitation, but the Government also will evaluate offeror's performance on previous Government or commercial contracts for similar products. In the event substantive differences exist among offerors' past performance, the Government has reserved the right to displace lower priced proposals in favor if an offeror with substantially superior past performance. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. This is to be an Indefinite Quantity Indefinite Delivery (IDIQ) type contract over a five year period with the minimum quantity being one truck with the required modifications and on-site technical support and the maximum quantity being nine. Each truck ordered will require the modifications and on-site technical support. It is anticipated that the maximum number of trucks to be ordered in any single year will be two. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial Items and must include a completed copy of provision 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items. [FILL-IN] NOTE: The provision at FAR 52.212-1 has been tailored for this procurement. FAR, DFAR, and local clauses that are added, as part of the tailoring of FAR 52.212-1 will not necessarily follow the format of FAR 12.303. Paragraph (h) is deleted. The following clauses are applicable to this procurement: 52.203-3 Gratuities; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52-212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (incorporating 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.219-9 Small Business Subcontracting Plan, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration) 52.216-18 Ordering, 52.216-19 Delivery Order Limitations, 52.216-22 Indefinite Quantity, 52.225-13 Restrictions on Certain Foreign Purchases, 52.242-15 Stop Work Order, 52.243-1 Changes Fixed Price, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating 252.205-7000 Provision of Information to Cooperative Agreement Holders, 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code (DUNS number) and Tax Identification Number. The contractor will also be registered with the Central Contractor Registration DataBase (CCR) in accordance with DFAR 252.204-7004. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. NAVSEA Crane POC is Ms. Sandy Woods, telephone 812-854-1687, fax 812-854-3805, or email woods_s@crane.navy.mil. The mailing address is Contracting Officer, Bldg. 3241, Code 1163WS, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN, 47522-5001. Written proposals and the above required information must be received at this office on or before 20 Mar 01 at 2:00 PM Eastern Standard Time. Facsimile quotes are acceptable. This procurement is not set-aside for small business. All responsible offerors may submit an offer, which shall be considered. If a change occurs in this requirement, only those offerors who respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The mission at NAVSEA Crane is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, NAVSEA Crane is conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
- Web Link
- click here to download solicitation (http://www.crane.navy.mil/supply/announce.htm)
- Record
- Loren Data Corp. 20010308/23SOL003.HTM (W-065 SN50F407)
| 23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index
|
Issue Index |
Created on March 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|