Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2006 FBO #1578
SOLICITATION NOTICE

43 -- Fresh Air Dampers

Notice Date
3/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY06R0007
 
Response Due
4/3/2006
 
Archive Date
6/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Army RDECOM Acquisition Center, Natick, MA has a requirement for 996 Fresh Air Dampers to meet the Chemically Protected Deployable Medical System (CP DEPMEDS) production requirements. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, utilizing simplified acquisition procedures in accordance with FAR Subpart 13.5, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation for the Fresh Air Dampers. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is W911QY06R0007. The dampers shall be built in accordance with the attached drawings with the following exception. The dampers main assembly shall be an aluminum casting to reduce production cost. In order to consider deviations, a modeling and/or simulation of the deviation shall be required. Engineering dra wings of changes are required with a complete parts list. Five (5) First Article Units (FAU) are required before full rate production will be authorized. The FAU evaluation shall consist of form, fit and function requirements. A filter blower assembly w ill be provided as GFM from the Natick Soldier Center for this evaluation. NSC personnel and the contractor shall conduct the FAU evaluation at the contractors location. FAU evaluation shall be completed EIGHT (8) weeks from DOA. The FAU evaluation shall validate the damper interfaces with the supply duct from the motor blower, the damper closes when the blower is turned on. Dimensional requirements are per the attached drawings. The FAUs shall undergo 125 close-open cycles to validate the durability. T he FAUs will be visually inspected after the durability testing for failures. Failures are broken parts or malfunctions of the Fresh Air Damper. Marking requirements for production unitsshall be permanently marked with the Contract number, the Natick drawi ng number, date of manufacture, contractors CAGE Code and NSN if available. DELIVERY SCHEDULE: Redesign 2-3 weeks from DOA (date of award), TDP 5 weeks from DOA, Tooling 5 weeks from DOA, FAU 8 weeks from DOA, Production units NLT 15 weeks from DOA. Ins pection is to be conducted at Contractors location. This acquisition is one hundred percent (100%) set-aside for Small Business. The Standard Industrial Classification (SIC) for this procurement is 3491 and the Small Business Size Standard is 500 Employee s. The Government anticipates awarding a single Firm-Fixed Price/Requirements contract with One (1) production CLIN for an estimated quantity of 1000 units. The contract will be issued by the U.S. Army RDECOM Acquisition Center, Natick Contracting Divisi on, Natick, MA. The provision at FAR 52.212-1, Instruction to Offerors- Commercial applies to this acquisition, addenda to include the following: Offerors shall hold the prices in its offer firm for 60 days. Delivery shall be F.O.B. Destination and Insp ection and Acceptance shall be at Destination by the cognizant receiving authority. Offerors shall provide technical capability literature/information (to include any Government certifications) in accordance with FAR 52.212-1(4) and past performance infor mation in accordance with FAR 52.212-1(b)(1). Submitted information shall be no more than two (2) typed 10in x 8in pages. Offerors shall provide a completed copy of each of the representation and certification in provisions FAR 52.212-3 and DFARS 252-212 -7000 with their offer. Offerors shall submit in the following order- One (1) copy of their offered prices, supporting information/literature and certification as discussed above. The provision at FAR 52.212-2 Evaluation of Commercial Item applies with t he addendum as follows: This is a best value acquisition. Award may not necessarily be made to the lowest priced offer. Evaluation will be in accordance with simplified acquisition procedures in FAR Part 13. The following areas will be evaluated and are stated in order of importance (Technical, Price, Past Performance). TECHNICAL AREA- The Offeror's technical capability will be evaluated based on literature/i nformation submitted as to meeting the requirements described above and in the attached salient characteristics. PRICE AREA- Price will be evaluated on the overall price associated with the estimated amount. PAST PERFORMANCE AREA- The Offerors past perfor mance with Government and Commercial customers in the same or similar work as described herein will be evaluated. Offerors shall submit, limited to 3 pages, a description of their facilities, equipment and personnel that will be utilized for this effor t, which provides convincing evidence that the offeror can produce the required quantities within the required schedule. Offerors shall provide the unit price for the estimated quantity and describe any economic pricing with their proposal. Offerors are e ncouraged to provide pricing for economic order quantities (i.e. 1 to 100, 101 to 200, etc.). The Government may determine that a proposal is unacceptable if the proposed prices relative to any economic ordering quantities are materially unbalanced. Unba lanced economic ordering pricing exists when, despite an acceptable total evaluated price, the unit discount pricing is significantly understated or overstated as indicated by the application of price analysis techniques. In order to be eligible for award , offerors must be registered in the Central Contractor Registration (CCR) database. The web site to register or check on your status is http://www.ccr.gov/. Offerors shall comply with 10 USC ? 2533(a), commonly referred to as the Berry Amendment. Offero rs are required based on this announcement to submit hard copy proposals (to include product literature) as described herein. Offerors shall include the full text provision FAR 52.212-3 entitled Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alternate I (Apr 2002), completely filled out, within your technical proposal, as well as DFARS 252.212-7000, entitled Offeror Representations and Certifications-Commercial Items (Nov 1995). NOTE: An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR clause 52.212-4, Contract Terms and Cond itions Commercial Items (Oct 2003) applies to this acquisition. Other clauses that apply are as follows: 52.204-7 Central Contractor Registration (Oct 2003), 52.247-34 FOB Destination (Nov 1991), 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52 .252-6 Authorized Deviations in Clauses (Apr 1984), 252.204-7004 ALT A Central Contractor Registration (Nov 2003) and 252.225-7002 (Apr 2003). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ( Apr 2005) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vi etnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52. 225-13 Restrictions on Certain Foreign Purchases (Dec 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). DFA R Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this acquisition to include 52.203-3 Gratuities (Apr 1984), 252.225-7001 Bu y American Act and Balance of Payments Program (Apr 2003), 252.225-7012 Preference for Certain Domestic Commodities (June 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), and 252.247-7023 Transportation of supplies by Sea (May 200 2). DFAR Clause 252.211-7003 Item Identification and Valuation (Jan 2004). All clauses referenced herein may be accessed electronically at the following web addresses: http://www.arnet.gov/far and http://farsite.hill.af.mil/. If you plan on participatin g in this acquisition you are required to provide your name, address, phone number, and E-mail address to Kevin Parker via E-mail to Kevin.Parker@natick.army.mil or fax to (508)233-5286 for notification of amendments. If you should have technical question s, please submit them by E-mail up to Thursday, 30 March 2006. Proposals shall be submitted to the US Army RDECOM Acquisition Center, Natick Contracting Division, ATTN: AMSRD-ACC-NM (Kevin Parker) Kansas Street, Building 1, Natick, MA 01760-5011. The cl osing date and time for this combination synopsis/solicitation is Monday, 03 April 2006 by 3:30 Eastern Time. Technical drawings are also available at www3.natick.army.mil, see this solicitation under the business opportunities header.
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN01011527-W 20060323/060321212715 (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 |
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.