Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2005 FBO #1346
SOLICITATION NOTICE

23 -- DESCRIPTION: Electrical Lift Actuator: An electrical lift actuator is required for the Assault Breacher Vehicle (ABV).

Notice Date
8/1/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785405R5169
 
Response Due
8/15/2005
 
Archive Date
8/16/2005
 
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. FAR 13 applies. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation M67854-05-R-5169 is a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 and Defense Acquisition Circular 91-13. NAICS Code is 336112. This is not a small business set aside. DPAS Rating is: DO. The purpose of this electrical lift actuator or ?actuator? is to lift a rocket rail to the appropriate launching angle for M58 munitions deployment. The actuator will be powered by ABV power, which is supplied by a 28 VDC generator and 24 VDC batteries meeting the requirements of MIL-STD-1275B. The actuator will be connected to that system by a powerline which may introduce up to 4.6 volts drop. The actuator shall be capable of providing 4400 lb peak force during acceleration, followed by a 3200 lb sustained force. The running velocity of the actuator shall be approximately 0.35 inch per second or greater (permitting a 10-inch lift to firing position within 30 seconds) with 19.4 volts applied to its terminals. Proportionately slower operating speed with lower voltages is acceptable, provided the actuator does not stall at an applied voltage of 13.4 volts (MIL-STD-1275B low battery condition less 4.6 volts line loss). Maximum current draw shall not exceed 40 amperes during the initial acceleration period. Maximum current draw during the sustained thrust period shall not exceed 35 amperes. Minimum extension shall be 26.5 inches, and the stroke shall be a minimum of 13.8 inches. The actuator shall not require a brake, but shall be capable of retaining its extension with power removed, while supporting a 3200 lb static loa! d plus a vibration load as specified by MIL-STD-810F (tracked vehicles). The bottom of the actuator shall have a tab and pin mechanical interface that mates to a CLEVIS, Drawing 82A5052A0108. The top of the actuator shall have a tab and pin mechanical interface that mates to a LINEAR ACTUATOR ATTACHMENT ASSEMBLY, Drawing 10810007. Drawings package can be requested from Ms. Hake at 703.432.3693 or requested via e-mail from peggy.hake@usmc.mil. Maximum width measured parallel to the clevis pin shall not exceed 8.5 inches. Maximum depth measured perpendicular to the clevis pin shall not exceed 8.1 inches. The actuator shall be capable of operation in an ambient temperature of -25oF to +125oF (threshold), +150oF (objective). The actuator shall contain two limit switches that open upon minimum and maximum extension. The electrical interface shall consist of a terminal strip in a sealed junction box, and shall consist of motor power, limit switches (one common lead acceptable),and (if required to meet the temperature requirements) heater power not to exceed 0.5 ampere. The Government anticipates issuing an Indefinite Delivery/Indefinite Quantity (ID/IQ) Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and Period of Performance are as follows: Minimum 1. Maximum 65. Maximum ordering period 60 months. CLIN 0001, Electrical Lift Actuator, over packed with printed technical manual. Offerors may propose stepladder quantity pricing (e.g., 1 - 10, $xx; 11 - 20, $xx). PACKAGING: Packaging shall be in accordance with Contractor?s best commercial practices, as set forth in each delivery order and all packages shall be marked. MIL-STD-129P(2) may be used for guidance. WARRANTY: Commercial Warranty: Any additional warranty provisions or exclusions shall be clearly stated in the Offerors' proposal submission. Desired Delivery Schedule: The Government desires a production rate of five (5) units per month after an initial ramp up period of no more than eight (8) weeks. DELIVERY: All items shall be delivered FOB Destination to: Anniston Army Depot, Attn: Brian Anderson, Bldg 106, 7 Frankfort Ave, Anniston, Alabama 36201. INSPECTION/ACCEPTANCE: Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the light utility vehicle and all components. The offeror shall provide evidence of, and warrant conformance and compliance with, applicable standards and practices. The Government reserves the right to validate conformance through independent analyses, inspections and/or testing should such action be deemed necessary. COPYRIGHT MATERIAL: Contractor shall identify copyrighted material, if any, and shall furnish appropriate copyright release giving the Government permission to reproduce and use copyrighted information. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offe! rors ? Commercial Items (Jan 2005). Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal. An original and two (2) copy of the proposal is required and can be submitted via CD ROM. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined technical/business proposal shall not exceed 5 total pages, inclusive of product literature. FAR 52.212-2, Evaluation ? Commercial Items (Jan 1999). Evaluation Factors: Operational Effectiveness - Describe your ability to currently meet the performance requirements stated in this purchase description. Ensure that your stated response addresses o! verall product compatibility, as well as any additional parameters not specifically cited in the purchase description. Address any specific commercial or extended warranty provisions for the resulting product. Delivery Schedule-The equipment is needed as soon as possible. Minimum delivery schedule is as described above. Past Performance - Provide specific examples of favorable recent past performance that illustrates evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Relative Order of Importance: (i) Operational Effectiveness (ii) Delivery Schedule- (iii) Past Performance. Price - Evaluated, but not rated. All non-price factors combined are significantly more import! ant than price. Award shall be made to the offeror whose proposal presents the best value to the government. In making its "Best Value" determination, the Government will consider the evaluation factors in the relative order of importance, however, all factors will be significantly greater in importance than evaluated price with the importance of price as a factor in the final determination increasing with the degree of equality in the overall merits of the proposals. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. FAR Clauses: 52.212-3, Offeror Representations and Certifications, (Beginning January 1, 2005, the Federal Acquisition Regulatio! n (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in OR! CA are current, complete, and accurate as of the date of your signature, or list any changes. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions caref! ully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCA's homepage at http://orca.bpn.gov under Help). 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5,Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirm! ative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-1 Buy American Act-Supplies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.o.B. Destination. Additional clauses that apply are: 52.216-18 Ordering (Fill-in: (a) Date of Contract through succeeding 12 months, 52.216-19 Order Limitations (Fill-in: (a) 10, (b) (1) 170, (b)(2) 170, (3) 12), 52.216-22 Indefinite Quantity (fill-in: (d) 12 months after date of Contract). Full text of these provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/ . FAR Clauses: 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Itemswithin this clause, the following clauses apply: 252.227-7015 Technical Data?Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronic Submission of Payment Requests. Additional DFAR Clauses that apply are: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation. Full text of these provisions may be accessed on-line at http://www.acq.osd.mil/dpap/dfars/index.htm. IMPORTANT INFORMATION FOR CONTRACTORS: Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www! .wawftraining.com. With the use of WAWF, paper DD250 forms are no longer required. However, the contractor will be required to over pack an Inventory and Acceptance Receipt (to be provided) with the product shipment. This form shall be submitted electronically or via USPS from the receiving unit to: Commanding General, MARCORSYSCOM, Attn GTES/LtCol Joseph Klocek, 2200 Lester Street, Quantico, VA 22134-5010 or via email: LtCol Jospeh.Klocek@usmc.mil. SUBMISSION OF OFFERS: DUE DATE FOR OFFERS IS August 15, 2:00 PM EST. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express. An original and two (2) copies of each offer shall be submitted to MARCORSYSCOM at the following address: COMMANDING GENERAL, MARCORSYSCOM, Attn: GTES/ Ms. Peggy Hake, Contracting Officer, 2200 Lester Street, Quantico, VA 22134. No facsimile or electronic offers will be accepted. NOTE: Offerors are advised that proposals sent by conventional ! US Mail service are not routed directly to the above address.
 
Record
SN00859567-W 20050803/050801212527 (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  © 1994-2020, Loren Data Corp.