Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

K -- Ammunition Container Platform Handler and Transporter

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
DAAE30-03-R-0225
 
Response Due
8/10/2003
 
Archive Date
9/9/2003
 
Point of Contact
James Turner, Contract Specialist, 973-724-7050
 
E-Mail Address
Email your questions to James Turner
(jlturner@pica.army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. The government intends to issue multiple awards. The NAICS is 332995. The US Army TACOM-ARDEC is soliciting for White Papers for the concept, construction, and demonstration of a CROP Handler and Transporter (CHAT) prototype that will be used to demonstrate the loading and unloading of CROPs from containers an ability to load and transport a 20 foot ISO container (See Enclosure: Crop Handler and Transporter Phase I Effort: Statement of Work) White papers are to be no greater than 20 pages in length, not including cover, table of contents, or associated figures or charts, and must address those requirements stated in the CHAT requirements document. The CROP has become the Army's standard means for moving ammunition. It is a 20' long x 71/2'feet wide platform that has a large A-frame on one end. This A-frame interfaces with a hydraulic lifting mechanism on a PLS truck or a HEMTT-LHS, and it allows the vehicle operator to pick up the CROP for transport or place it back on the ground. 20' ISO containers can be moved in the same manner utilizing a Container Handling Unit or CHU. The PLS and HEMTT-LHS systems are not fully utilized in the depot area and a less hardened version is sought, this concept will be known as the CHAT. More specifically, the CHAT will be a less robust version of the PLS/HEMTT-LHS without the rough terrain capabilities with the addition of the capability of handling 463L pallets and type-5 heavy drop platforms. The CHAT can be truck or trailer variant. The expected period of performance for this effort will be 60-120 days after contract award. Multiple contract awards are expected, and there may be downselect criteria after this effort or after any subsequent efforts. There will be a pre-proposal conference on Friday, July 31st, 2003, at Picatinny Arsenal, NJ, in Building 455 at 10:00 am. Responses to this pre-solicitation announcement will be used as the basis for attendance to the pre-proposal conference. The proposals shall be required by 10 August 2003, 4:30pm EST. All responses to this proposal shall be done so in the English language. No telephone requests shall be honored. Further questions or comments may be directed to Mr. James Turner, jlturner@pica.army.mil. Solicitation with attachments can be downloaded from http://PROCNET.pica.army.mil. Those Offerors selected will provide their prototype that must be delivered to the vicinity of Ft. Bragg, NC on or about 13 October 2003 and provide support for the training of soldiers to operate the system for a demonstration scheduled 20-23 October 2003. Address to be provided no later than 1 October 2003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. FAR provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: A single award or multiple awards will be made to the responsible offeror or offerors whose offer is determined to be the best value to the Government based on technical, operational, past performance, and cost. To be determined technically acceptable the offeror must furnish detailed product literature that clearly shows the product offered meets all requirements stated in the CHAT Requirement Document. If deemed necessary, the contracting officer will request a test demonstration from those qualifying offerors. FAR provision 52.212-1, Instructions to Offerors - Commercial Items applies with addendum to Para (b)(5): For Past Performance, Offerors shall furnish three references of sales made for the same or technically-comparable systems within the past 5 years and three references of prior sales for the same or technically-comparable systems over 5 years ago. Provisions/Clauses: Offerors are required to complete and include a copy of the following FAR provisions with their proposals: 52.212-3, Offeror Representation and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment By Electronic Funds Transfer Central Contractor Registration. Additionally, DFARS provisions 252.212-7000, Offer Representations and Certifications Commercial Items; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and 252.247- 7022, Representation of Extent of Transportation By Sea; apply. DFARS clauses 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items incorporating FAR clause 52.203-3, Gratuities; apply. Full text versions of FAR and DFARS provisions and clauses can be found at http://procnet.pica.army.mil. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Offers shall be submitted on official company letterhead and include a CAGE code and DUNS number. Offers shall be received at the contracting office no later than 1630h (4:30pm) EST 10 August 2003, via mail or courier. The contracting office is not responsible for incomplete, late, lost, misdirected, or postage-due mail or for any technical malfunction, lost/delayed data transmission, omission, interruption, deletion, defect, or line failure in connection with any telephone network, computer equipment, software, or any combination thereof. Award shall be made to the offeror or offerors whose proposal represents the best value to the Government. Technical, operational, past performance, and cost shall be subjectively compared to determine the combination that is most advantageous to the Government and an award shall be made on that basis. The Government reserves the right to make award to other than the lowest priced offers or to other than the offer with the lowest Proposal Risk rating if the PCO determines that to do so would result in the best value to the Government. The proposals will be reviewed for suitability for use based on in house technical evaluation. Offers are required to be submitted to: James Turner, AMSTA-AQ-APB (Building 9), Picatinny Arsenal, NJ 07806.
 
Web Link
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/RFP/03R0225/03R0225.htm)
 
Record
SN00366315-W 20030710/030708213832 (fbodaily.com)
 
Source
FedBizOpps.gov 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.