Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

28 -- This procurement is for a quantity of up to 1400 Engines, Diesel (NSN 2815-01-486-7691), P/N MP-028 or 96-9370 and up to 300 Engine, Starter (2920-01-530-0444), P/N MP-032 24 or 96-9354.

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-B-F418
 
Response Due
8/11/2006
 
Archive Date
10/10/2006
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using simplified acquisition procedures under the test program for commercial items found at FAR 13.5 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. The Invitation for Bid (IFB) number is W15P7T-06-B-F418. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-11 and DFARS change Notice 20060616. It is the contractors responsibility to be familia r with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NACICS code is 333618 and the Small Business Standard is 1,000 employees. This procurement is for a quantity of up to 1400 Engines, Diesel (NSN 2815-01-486-7691), P/N MP-028 or 96-9370 and up to 300 Engine, Starter (2920-01-530-0444), P/N MP-032 24 or 96-9354. The engines and starters are used to support the 5kW Generator Set, MEP-952 Auxiliary Power Units (APU). The 5kW Generator is designed to mount on selected M577A1 Armored Carrier and the M1068 tracked vehicles. The United States Army Communications Electronics Life Cycle Management Command (CE-CLMC) intends to award a fiv e year (5) Firm Fixed Priced (FFP) Indefinite Delivery/Indefinite Quantity Contract with requirements placed by individual delivery orders. The proposed action is for a limited competition between Parts R Parts, 870 Route 530 Whiting, NJ 08759, Cage Code 0FHH9 Inc. and Goodman Ball, Inc., 3639 Haven Ave Menlo Park, CA 94025, Cage Code 62502. The Government does not posses the technical data (drawings/specifications) that completely defines the Forms, Fit and Functions (F3) of the item being procured. A breakout of the Guaranteed Minimums and Maximums for the Engines and Starters are as follows: Engines Starters Year Minimum Year Minimum 1 10 1 10 Year Maximum Year Maximum 1 200 1 60 2 300 2 60 3 300 3 60 4 300 4 60 5 300 5 60 The following FAR provisions and clauses are applicable to this procurement as follows: FAR 52.212-1, Instructions to Offerors  Commercial Items (JAN 2005); FAR 52-212-3, Offeror Representations and Certifications  Commercial Items (MAR 2005); Offeror is to fill in applicable blanks and return with bid. FAR 52.212-4, Contract Terms and Conditions  Commercial Items (OCT 2003); FAR 52-212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (JULY 2005), for Paragraph (b) the following clauses apply: (1), (14), (15), (16), (17), (18), (19), (20), (21), (25), (31); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (a), 52.203-3 applies, for Paragraph (b) the following clause applies: 25 2.225-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-1, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.242-15, Stop-Work Order (AUG 1989); FAR 52.214-3, Amendments to Invitation for Bids (DEC 1989); FAR 52.214-4, False Statements in Bids (APR 1984); FAR 52.214-5, Submission of Bids (MAR 1997); FAR 52.214-6, Explanation to Prospective Bidders (APR 1984); FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids (NOV 1999); FAR 52.214-10, Contract Award  Sealed Bidding (JUL 1990); FAR 52.214-12, Preparation of Bids (APR 1984); FAR 52.214-14, Place of Performance  Sealed Bidding (APR 1985); FAR 52.214-26, Audits and Records  Sealed Bidding (OCT 1997); FAR 52.214-27, Price Reduction for Defective Cost or Pricing Data  Modifications  Sealed Bidding (OCT 1997); FAR 52.214-28, Subcontractor Cost or Pricing Data  Modifications  Sealed Bidding (OCT 1997); FAR 52.214-29, Order of Precedence  Sealed Bidding (JAN 1986); FAR 52.214-30, Annual Representations and Certifications  Sealed Bidding (JAN 1997); FAR 52.233-3, Protest After Award; (AUG 1996); FAR 52.246-2, Inspection of Supplies  Firm-Fixed Price (AUG 1996); FAR 52.223-11, Ozone Depleting Substances (MAY 2001); DFARS 252.246-7000, Material and Inspection Report (MAR 2003); DFARS 252.232-7003, Electronic Submission of Payment Requests (JAN 2004); DFARS 252.211-7004, Unique Item Identification and Validation (JUN 2005) The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Code Marking; 52.7033, Preservation, Packing and Marking Instructions; 52.7037, Packaging Waivers 52.7041, Conditions for Acceptability of Commercial Packaging; 52.7048, Insect Infestation Prevention; 52.7630, Year 2000 Compliance Inspection/Acceptance will be at the contractor facility. Shipments are FOB Destination. All items are to be shipped to: TRANSPORTATION OFFICER DIST CT NTREQD DDSP NEW CUMBERLAND FACILITY NEW CUMBERLAND, PA 17070-5001 DODAAC: W25G1U Delivery schedules shall be specified in individual delivery orders. SUBMITTAL OF BIDS All submittal of bids for this effort shall be submitted electronically to the IBOP. All interested bidders need to be registered as a Browse and Post user. If you are not registered, please do so by clicking on the New User Registration link under U ser Services on the IBOP home page (https://abop.monmouth.army.mil). Please contact the IBOP help desk at 732-532-1840 or 732-532-5246 (8am to 5pm, EST), should you need any assistance navigating the tool. All registered contractors will have a Post Bid  button at top of the solicitation page, which will allow you to attach an electronic file for the submission of your bid. The bidder will receive a bid receipt statement after your electronic files have completely transmitted into the IBOP server. Plea se print this statement for your records, which provides the date and time your electronic files were transmitted, Name of your file(s) and file size. The IBOP will secure the bids, which cannot be opened by the cognizant contracting office nor viewed by other bidders until the date and time of the bid opening has passed. At the date/time of the bid opening of this solicitation, all bidders will be able to view all bids simultaneously. The contracting officer will record all bids onto a bid abstract form and make it available on the IBOP. No bids can be submitted after the date/time of the bid opening, the Post Bid button will no longer be available. Warning: Please do not wait until the last minute to submit your BidsTo avoid submission of late Bid, we recommend the transmission of your Bid files 24 hours prior to the Bid Opening date and time. Should your bid files arrive after the bid opening date/time, your bid will be marked LATE. Late bids will only be viewable by the Contracting Office a nd will not be viewable by the other bidders. The IBOP also provides a feature to withdraw or modify your bid prior to the Bid Opening date/time. Bid opening for this solicitation will be conducted electronically via the IBOP on 11 August 2006, 09:00am, EST. Contractors who have properly registered may access the IBOP to view the bid opening. At the date/time of the bid opening of this solicitatio n, all bidders will be able to view all bi ds simultaneously. The bid offer shall reflect a Firm Fixed Price (FFP) type contract. All bids must be signed by bidder and all unsigned bids shall be rejected. Bids shall also submit a signed letter validating their bid for a thirty (30) day period from the date of bid opening. PRICE BID SUBMISSION The Bidders Price Offer shall reflect a Firm Fixed Price (FFP) type contractual effort. For the FFP requirements a breakdown of cost data is not required under this solicitation because the Contracting Officer anticipates adequate price competition. How ever, in the event that the Contracting Officer subsequently determines that price competition is inadequate for this acquisition, detailed cost data may then be requested in compliance with law and regulations. Required Files Bidders shall input bids into the attached pricing spreadsheet, which is attachment 006 of this solicitation. Instruction for data input is provided in the spreadsheet. Caution Attachment 006 must be completed and submitted with pricing information. In addition, bidders shall complete and submitted an electronic online Representations and Certifications Application (ORCA). ORCA can be found at http://orcas.bpn.gov. All files must be downloaded to the IBOP prior to Bid opening. Basis for Award The contract shall be awarded to the lowest responsible bidder(s) whose bid meets the requirements and criteria set forth in the solicitation for bids. The Government shall evaluate the Bidders proposed prices by comparison of proposed prices received from each Bidder in response to this solicitation. The evaluation will be based on adding the range quantity prices from spreadsheet, Attachment 006, (with weight factors applied to each range quantity). DETERMINATION OF EVALULATED UNIT PRICE FOR RANGE QUANTITIES: For evaluation purposes, the following formula will be utilized for calculating the Evaluated Unit Price for each CLIN/SLIN that has a range quantity: EVUP = (UP1 x MQR x WF1) + (UP2 x MQR2 x WF2) + (&.,) (MQR1 x WF1) + (MQR2 x WF2) (&.,) EVUP = Evaluated Unit Price UP = Bidders proposed Unit Price for each range quantity MQR = Maximum Quantity in each range WF = Weight Factor for each range Explanation 1. Each bidders proposed Unit Price with range quantities will be multiplied by the Maximum Quantity in each range times the Weight Factor for that range to give a Weighted Range price. 2. The Weighted Range prices will then be added to determine a total weighted price. 3. The Maximum Quantities for each range will be multiplied by the corresponding Range Weight Factor and will be summed to determine a Weighted Range Quantity. 4. The Weighted range price from Step 2 will be divided by the Weighted Range Quantity from Step 3 to determine EVUP. 5. The Government Designated quantity for that CLIN/SLIN as shown will then be multiplied by the Evaluated Unit Price (Step 4) to arrive at a Total Evaluated price for that CLIN/SLIN. 6. This will be repeated for all CLIN/SLINs with ranges and added together to form the Governments Evaluated Price. 7. ***FOR EXAMPLE*** The designated quantity for each ranged CLIN is 3,000, 15,000 in total for all five CLINs. A hypothetical bid calculation for one CLIN is set forth below to illustrate how prices will be calculated under the formula: Step 1: - This is only an example - Sample Range QTY Proposed Price for Range Total Price for Range Range Weight Factor Weighted Range Price Range A 250  1,000 1,000 x $45 = $45,000 x .20 = $9,000 Range B 1,001  2,000 2,000 x $44 = $88,000 x .15 = $13,200 Range C 2,001  3,000 3,000 x $43 = $129,000 x .50 = $64,500 Range D 3,001  4,000 4,000 x $42 = $168,000 x .10 = $16,800 Range E 4,001  5,000 5,000 x $41 = $205,000 x .05 = $10,250 Step 2: Total Weighted Price = $113,750 Step 3: Weighted Range Quantity: (1,000 x 0.2) + (2,000 x 0.15) + (3,000 x 0.5) + (4,000 x 0.10) + (5,0 00 x 0.05) = $2,650 Step 4: EVUP = $113,750/$2,650 = $42.924528 Step 5: Total Evaluated Price (for a designated quantity of 3,000): 3,000 x $42.92 = $128,773.58, rounded to $128,774 for this CLIN. NOTE: The price analysis shall consider whether bids are materially unbalanced. The Government may elect not to award to a bidder whose prices are materially unbalanced. A bid is materially unbalanced when it is based on prices significantly overstated for some work and significantly understated for other work. The Point Of Contact for this action is, Eric Waterman, Contract Specialist, 732-532-8354 or eric.waterman@mail1.monmouth.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - W15P7T ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01103279-W 20060803/060801221231 (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  © 1994-2020, Loren Data Corp.