Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

69 -- This is a combined synopsis/solicitation for a reconfigurable Military Operation on Urban Terrain (MOUT) range for installation and use at Grafenwoehr Training Area (GTA), Germany.

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-06-T-GRAF
 
Response Due
10/6/2006
 
Archive Date
12/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Request for Quotations (RFQ) for a reconfigurable MOUT range for installation and use at GTA, Germany, using a combined synopsis/solicitation for a commercial item(s) prepared in accordance with (IAW) the format in FAR Subpart 12.6, as sup plemented with additional information included in this notice. This RFQ will result in a three-year, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The guaranteed minimum order quantity resulting from this solicitation will be a MOUT range configuration with a contract value of $1 Million. An award under this solicitation in no way obligates the Government to place any additional orders beyond this guaranteed minimum. Any subsequent Delivery Orders placed against this contract wi ll utilize firm-fixed prices based on the unit prices provided by the successful awardee for relevant items within the corresponding ordering period(s). This announcement constitutes the only solicitation and a written solicitation will not be issued. CAUT ION: This synopsis/solicitation is posted electronically to the Federal Business Opportunities (FedBizOps) website at http://www.fbo.gov under number W52H09-06-T-GRAF and any amendments will be issued electronically via the same website. The Government is under no obligation to maintain a respondent list and it is therefore incumbent upon any interested parties to periodically access FedBizOps site to obtain any amendments which may be issued. This solicitation is a 100% Small Business Set-Aside, issued usi ng simplified acquisition procedures, pursuant to FAR Part 13, as authorized by the test program, at FAR part 13.500. FAR clause 52.219-6 Notice of Total Small Business Set-Aside, Jun 2003 (15 U.S.C. 644) applies to this solicitation. FAR clauses 52.212-1 through 52.212-5 (and as modified herein) are incorporated by reference. Responses are requested for this solicitation, and will result in a three-year, IDIQ contract for reconfigurable MOUT ranges in Germany. Offerors are advised to propose their best pri ce and submit adequate and sufficient past performance information for evaluation, inclusive of all shoothouse structures, After Action Review (AAR) components, and 3-D targetry as described in the Statement of Work, Attachment 001 (hereafter SOW) and the Performance Description, Attachment 002 (hereafter PD), and depicted in the GTA MOUT drawings, Attachment 003 and Attachment 009 (MOUT Wall Assembly). All attachments can be found on TACOM-Rock Islands Solicitation Information Page, URL: https://aais.ria. army.mil/aais/SOLINFO/index.htm under Draft Solicitations/Specifications/Scopes of Work.). The successful offeror is responsible for obtaining any necessary licenses or permits required by law or statute. FAR clause 52.212-1, Instructions to Offerors  Com mercial Items (Jan 2006), applies to this acquisition and is incorporated by reference with the following modifications: delete paragraph (h) and subsection (a) is tailored as follows: The NAICS code is 3329 and the small business size standard for this ac quisition is 500. FAR clause 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition, modified as follows at subsection (a): The Government will award a contract resulting from this solicitation to the responsible offeror whose quot e conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. The Government will evaluate price based on the total eval uated price. The GTA MOUT Component Pricesheet (Attachment 004) consists of a two-page entry form for each ordering period. Ordering periods are as follows: ORDERING PERIOD 1, DATE OF AWARD  30 SEP 2007; ORDERING PERIOD 2, 01 OCTOBER 2007  30 SEP 2008; O RDERING PERIOD 3, 01 OCTOBER 2008  30 SEP 2009. The Government will apply an offerors pricing to a Notional Delivery Order (NDO) scenario for each ordering pe riod that may, in some form, be ordered by the Government after contract award. Total NDO prices for each ordering period will be added together to derive the total evaluated MOUT price. The NDOs used will be sample requirements consisting of some combina tion of the items priced on Attachment 004 that closely approximate the Governments actual initial requirements for reconfigurable MOUT ranges at GTA. Thus, while a Delivery Order may replicate an NDO used in evaluating offers, an NDO does not in itself r epresent a Delivery Order requirement. Past Performance will include relevant experience and general performance history. Relevant experience is production, installation, performance, and maintenance as they apply to MOUT range equipment, AAR components, a nd 3-D target devices. The more similar your experience is to the effort described in the SOW, the more relevant your experience will be deemed. Offerors, at a minimum, shall submit the Past Performance information outlined in Attachment 005 (Information f or Past Performance Evaluation). Articles 72 and 73 of the NATO SOFA (North American Treaty Organization Status of Forces Agreement) Supplementary Agreement between the United States and Germany also apply to this solicitation. In response to these governi ng documents, the Government does not anticipate the work involved by the successful offeror in performing installation of the MOUT range and the initial training of range personnel at GTA will exceed a period of 90 days or involve the work of TE (Technica l Expert) contractor personnel. However, offerors should reference Attachment 006 (Examples of TE and non-TE Positions) and notify the POC (Point of Contact) listed below immediately if they feel any TE staff would be required for the execution of any MOUT range requirement to receive instructions on how to secure TESA (Technical Expert Status Accreditation) from the German Government. TESA procedures are considered a pre-award activity. If no TE personnel will be necessary IAW your proposal and you are the successful offeror, TDY status can be secured for your staff through a process known as FAX-BACK. A FAX-BACK application will be provided to the successful offeror as an appendix to any award documentation. Attachment 007 (Explanation of German Fax-Back P rocess) provides an explanation of this process for reference. All hardware required for completion of subsequent Delivery Orders resulting from this solicitation shall be ready for shipment to Germany within a period NTE (Not to Exceed) 90 days from notif ication of award. A shorter delivery time is encouraged and is acceptable at no additional cost to the Government. Inspection and acceptance shall be IAW commercial practices, i.e. Certificate of Conformance (COC), FAR 52.246-15 applies. Final acceptance o f GTA MOUT ranges purchased via this solicitation will be IAW COC procedures and the final deliverable to be inspected/accepted will include all GTA MOUT structures, AAR components, and targets referenced in Attachments 001, 002, and 003, as they apply to the specific Delivery Order, fully installed by the selected vendor, as well as all initial training and training manuals called out in Section 6 of the SOW. FOB will be Origin with GBL (Government Bill of Lading). Offerors shall submit prices for the GTA MOUT range package components on the Price Evaluation Sheet (Attachment 004) as previously referenced. Attachment 008 (a copy of the Representations and Certifications at FAR 52.212-3) shall also be submitted. Attachments 004 and 008 are to be completed an d submitted with your offer, and failure to complete any sections of these documents may render the offer unacceptable and result in a rejection of the same. The following FAR clauses apply to this acquisition and are incorporated by reference: 52.246-16, Responsibility for Supplies, Apr 1984; 52.247-29, F.O.B. Origin, Feb 2006; 52.247-59, F.O.B. Origin  Carload and Truckload Shipments, Apr 1984; 52.247-61, F.O. B. Origin  Minimum Size of Shipments, Apr 1984; 52.216-22, Indefinite Quantity, Oct 1995; 52.212-4, Contract Terms and Conditions  Commercial Items, Sep 2005; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Co mmercial Items, Aug 2006; 52.222-3, Convict Labor, Jun 2003 (E.O. 11755); 52.222-19, Child Labor  Cooperation with Authorities and Remedies, Jan 2006 (E.O. 13126); 52.222-21 - Prohibition of Segregated Facilities, Jun 2004; 52.222-26 - Equal Opportunity, Apr 2002 (E.O. 11246); 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, Dec 2001 (38 U.S.C. 4212); 52.222-36 - Affirmative Action for Workers With Disabilities, Jun 1998 (29 U.S.C. 793) ; 52.225-1 - Buy American ActSupplies, Jun 2003 (41 U.S.C. 10a-10d); 52.225-5 - Trade Agreements, Jun 2006 (19 U.S.C. 2501); 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration, Oct 2003 (31 U.S.C. 3332); 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, Jan 2005; 52.204-9 - Personal Identity Verification of Contractor Personnel, Jan 2006; 52.229-3 - Federal, State, and Local Taxes, Apr 2003; 52.2 29-6  Taxes  Foreign fixed-price Contracts, Jun 2003; 52.249-8 - Default (Fixed-Price Supply and Service), Apr 1984; 52.243-1 - Changes - Fixed-Price, Aug 1987; 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions, Sep 2005; 52.2 12-3 -- Offeror Representations and Certifications -- Commercial Items, Jun 2006; 52.252-6 - Authorized Deviations in Clauses, Apr 1984; 52.216-1 - Type of Contract, Apr 1984; 52.225-17 - Evaluation of Foreign Currency Offers, Feb 2000; DFARS 252.243-7001 Pricing of Contract Modifications, Dec 1991; DFARS 252.242-7003 Application for U.S. Government Shipping Documentation/Instructions, Dec 1991; DFARS 252.204-7003 Control of Government Personnel Work Product, Apr 1992; DFARS 252.204-7000 Disclosure of Info rmation, Dec 1991; DFARS 252.225-7041 Correspondence in English, Jun 1997; DFARS 252.229-7002 Customs Exemptions (Germany), Jun 1997; DFARS 252.232-7008 Assignment of Claims (Overseas), Jun 1997; DFARS 252-225-7042 Authorization to Perform, Apr 2003; DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States, Mar 2006, with subsection (d) modified as follows: HQDA (DAMO-ODL)/ODCSOP; telephone, DSN 225-8491 or commercial (703) 695-8491; DFARS 252.247-7022 Representati on of Extent of Transportation by Sea, Aug 1992; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate I, Mar 2000; DFARS 247.572-1 Ocean Transportation Incidental to a Contract for Supplies, Services, or Construction. The following TACOM-Rock Is land Nonstandard Clauses apply to this solicitation: 52.215-4500, Notice of Best Value Criteria, Jul 2005; 52.215-4503, Notice to Offerors - Electronic Bid/Offer Response Required, Dec 2005; 52.201-4501, Notice about TACOM-RI Ombudsman, Apr 2002; 52.233-45 03, AMC-Level Protest Program, Jun 1998; 52.204-4505, Disclosure of Unit Price Information, Feb 2003; 52.211-4503, Packaging Requirements (Commercial), Nov 2005; 52.216-4500, IDIQ Contracts Issued Under Simplified Acquisition Procedures (SAP), Mar 2006, mo dified as follows: -1- fill-in is 3; 52.242-4505, CAO Shipping Instructions for Overseas Movements, Mar 1988; 52.247-4531, Cognizant Transportation Officer, May 1993; 52.246-4500, Material Inspection and receiving Reports (DD Form 250), Nov 2005; 52.247-45 45, Place of Contract Shipping Point, Rail Information, May 1993; 52.247-4544, Transportation Containerization, Jan 1991; 52.215-4511, Electronic Award Notice, Dec 2005; 52.211-4547, Notice to Offerors Intending to Offer Other than New Material, Jun 2005. TACOM-Rock Island Nonstandard Clauses can be referenced at https://trimsc.ria.army.mil/acquisition/pp/nonstd_clause/Index.htm. Submit offers IAW this combined s ynopsis/solicitation by e-mail to Gregg Johnson at johnsong2@ria.army.mil or gregory.johnson23@us.army.mil. Phone number of contact is (309) 782-5851. Offers are due by 06 October 2006 at 4:30 PM, Central Standard Time.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01145289-W 20060917/060915221347 (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.