COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS
23 -- HMMWV SUPPORT TRAILER SYSTEM AND OPERATOR/MAINTENANCE (O&M) MANUALS
- Notice Date
- September 13, 2001
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-01-Q-1380
- Response Due
- September 21, 2001
- Point of Contact
- Jason Lev, Contract Specialist, Phone 301-862-8554, Fax 301-862-8670, Email levjj@navair.navy.mil -- William Case, Contract Specialist/Team Lead, Phone (301) 862-8641, Fax 301-862-8670, Email casewa@navair.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice and simplified acquisition procedures (SAP) IAW FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number N00421-01-Q-1380 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. This action is not set aside for small business. The North American Industry Classification Systems (NAICS) code for this requirement is 336212 with a size standard of 500 employees. The Government intends to solicit and negotiate a purchase order on a firm fixed-price low cost technically acceptable basis for one (1) HMMWV Support Trailer System and Operator/Maintenance (O&M) Manuals. The Trailer system is intended to support the Pre-First Command and Control (Pre-FICCS) Program. The complete trailer Statement of Work (SOW) and associated Contract Data Requirements List (CDRL) will be located on the NAVAIR Hompage www.navair.navy.mil, under the Solicitation number N00421-01-Q-1380. Once you have entered the NAVAIR Homepage click on the following ICONs in succession, Business, Doing Business With Us, and Open Solicitations. Among its salient characteristics is the requirement for 1) overall width of 86? +/- 0.125?; 2) overall length not-to-exceed (NTE) 180?; 3) overall heigth NTE 85?; and gross vehicle weight rating NTE 4,200 pounds. The contract line item numbers (CLINs) and description are** CLIN 0001 ? Pre-FICCS HMMWV Support Trailer System IAW SOW, Qty 1 EA and CLIN 0002 ? O&M Manuals IAW CDRL, Qty 1 LT (not separately priced). As part of any proposal the offeror shall provide the following technical documentation to be evaluated for purposes of determining the technical acceptability of their proposal; 1) Weight analysis of all system components; 2) Center of Gravity analysis; and 3) Detailed system specification that addresses how the offeror will comply with each of the requirements outlined in the Statement of Work (SOW). The quotation along technical documentation and completed representations and certifications is due by 2:30 P.M. Eastern Standard Time on 21 Sept 2001. Award will be made to the responsible offeror who submits a technically acceptable proposal, based on the technical documentation provided, for this item at the lowest cost to the government. Award is expected to be 27 Sept 2001 with a required delivery date of 120 days from date of order, FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010, Attn: Thomas Knowlton/PRE-FICCS. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. =20 FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) and FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) are incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will evaluate the selected quotation for fairness and reasonableness in accordance with FAR Part 13 before making an award. The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (MAY 2001), ALTERNATE I (OCT 2000) with its quote. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (MAY 2001) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor; and (2) 52.233-3, Protest After Award. (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (2) 52.222-21, Prohibition of Segregated Facilities; (3) 52.222-26, Equal Opportunity; (4) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (5) 52.222-36, Affirmative Action for Workers with Disabilities; (6) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (7) 52.225-13, Restriction on Certain Foreign Purchases; and (8) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels. **End of clause** DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2000) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7036, Buy American Act?North American Free Trade Agreement implementation Act?Balance of Payments Program (Alternate I); (2) 252.227-7015, Technical Data ? Commercial Items; and (3) 252.227-7037, Validation of Restrictive Marking on Technical Data, (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I.=20 Responsible interested parties should submit their proposals to Jason Lev, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 2:30 P.M. Eastern Standard Time, 21 September 2001. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Jason Lev, Code 251226, Tele#301-862-8554 or via e-mail at levjj@navair.navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8670) or telephone (301-862-8554). **END SYNOPSIS/SOLICITATION #N00421-01-Q-1380. **=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVAIR/N00421/N00421-01-Q-1380/listing.h tml)
- Record
- Loren Data Corp. 20010917/23SOL001.HTM (D-256 SN50X525)
| 23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index
|
Issue Index |
Created on September 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|