Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

29 -- Supercharger System

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
159590
 
Archive Date
9/30/2008
 
Point of Contact
Mishelle C Miller,, Phone: (202) 406-6790
 
E-Mail Address
mishelle.miller@usss.dhs.gov
 
Small Business Set-Aside
N/A
 
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. Solicitation Number 159590 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-26. The NAICS code is 541330 Mechanical engineering services and the small business standard is $4.5M. All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ STATEMENT OF WORK FOR THE PURCHASE OF SUPERCHARGER KITS FOR 2007-2008 CHEVROLET SUBURBAN 2500 6.0L Objective This effort is to purchase intercooled Eaton TVS supercharger system kits that will enhance the performance of the GM 6.0 liter engine. Engine performance shall be increased to equal or better than that of the 2005 GM 8.1 liter. This system will have a minimum 50,000 mile life cycle and be subjected to extended and frequent idling. The supercharger system shall have minimal design impact to the current vehicle design and must be approved by the Government. Supercharger system must be designed to run on 91 octane gasoline. All components in supercharger kits must be validated for this specific vehicle use and warranted by the contractor for a period of 2 years. Work to be performed: 1. Provide supercharger system kits and all necessary installation components, all powertrain control module software and diagnostic enhancements necessary for the supercharger system. This system must not adversely effect the vehicles original powertrain electronics and related components, and not cause service engine lights to come on or to set diagnostic codes. 2. Supercharger kit shall include an auxiliary electric air conditioning cooling system fan. Fan shall be controlled by the base vehicles factory electronics. 3. Provide performance data, installation instructions, service documentation to include diagnostic information, service intervals, powertrain software updates, and parts list with part numbers. Contractor shall provide technical support for service, and maintain a spare parts inventory. Period of performance: 90 days (to include weekends) Upon completion of work to be performed contractor shall ship all deliverables to: Washington DC, 20223 (exact address to be provided upon award) ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Format for Proposal: Part A. Pricing - the offeror shall provide a total fixed price for each line item: CLIN 0001: Design, engineering, and production of a supercharger system for 2007-2008 Chevrolet Suburban 2500 6.0L in accordance with the Statement of Work above. USSS shall purchase 13 supercharger kits. Contractor is to provide a per unit price for each supercharger kit; that price shall include shipping to Washington DC. Part B Contractor Information: 1) Provide the name, title, telephone number, fax number, and email address of the point of contact. 2) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Part C Technical Proposal Please provide your response to this RFQ in accordance with the following. 1. Current and Past Performance References (No page limitation): The offeror shall submit a listing of all relevant (i.e., similar size, scope, complexity) contracts held with government and private entities within the past three (3) years in which similar services have been performed. For each listing, please provide the following information: name of government agency/company client; two (2) individual points of contact and telephone number(s); address of client; contract number and dollar amount; description of services provided; and period of performance. All references shall be for the same division, business unit, etc. that is being offered under this RFQ. Any contracts during this period that resulted in disputes over non-performance between the offeror and a client shall be identified. Additionally, any systemic improvements employed to address these issues shall also be identified. 2. Technical Capability (Limited to 5 Pages) The technical proposal shall be specific and sufficiently detailed to allow a complete evaluation of the proposed methods for satisfying all the requirements of the Statement of Work (SOW). The technical proposal shall not contain any pricing or cost information. The technical proposal should include any descriptive literature, written narrative or supplemental data necessary to show compliance with the requirements of the SOW. Any deviation from the requirements of the SOW must be discussed in detail and an explanation/justification provided as to why it is in the Government’s best interest to consider the deviation. The Government reserves the right not to accept the requested deviation. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Submit proposal Parts A, B and C to Mishelle Miller via email only by 5:00 pm EST September 12, 2008. The entire email must not be greater than 3 MB; if the proposal is above that limit, please send multiple emails. Faxed proposals will not be accepted. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. Please put "159590 Supercharger System" in the subject line. If you do not receive an email confirmation of receipt of your proposal, then your proposal has not been received. Late proposals will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Evaluation Criteria a. The contractor’s response shall be evaluated as to whether or not they have demonstrated the ability to meet the needs of the government under the criteria set forth below. The government will award a contract to the responsive offeror, conforming to this request, which will provide the best value to the government, price and other factors considered. b. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Current and Past Performance and (2) Fulfillment of the SOW. Current and Past Performance and Fulfillment of the SOW when combined, are greater in importance when compared to Cost/Price. (1) Factor 1 – Current and Past Performance The offeror will be evaluated on the extent to which they have satisfactorily performed similar work in the past and their ability to respond to, and answer any questions as they arise. The offeror will be evaluated on the extent to which they have the historical expertise and ingenuity to successfully engineer, design, and deliver supercharger systems with all necessary installation components. Issues remaining, or for which systemic improvements were either not employed, or were not effective will still be determined to exist. (2) Factor 2 – Technical Subfactor 1 - Technical Capability: The offeror’s proposal shall be evaluated to determine the extent to which the SOW elements are met, its understanding of the requirements listed in the SOW, as well as its knowledge of the service to be provided. The offeror’s proposal shall be evaluated to determine if the vendor’s approach in creating engine performance that shall be increased to equal or better than that of the 2005 GM 8.1 liter in producing the supercharger systems with the proposed personnel meets the requirement and if they possess the experience to successfully provide the support necessary to deliver satisfactory supercharger systems. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ The following DHS Provisions are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of U.S. Secret Service Name The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation--Commercial Items. The following factors, in descending order of importance, shall be used to evaluate offers. (1) Current and Past Performance and (2) Fulfillment of the SOW. (1) Current and Past Performance and (2) Fulfillment of the SOW when combined, are greater in importance when compared to Cost/Price. FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Applicable Clauses are as follows) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.219-6, Notice of Total Small Business Set Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/ or http://www.dhs.gov. Submit email request for DHS Provisions. See Government-wide Numbered Note #1.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=44748c3f22d9bd098be13ea4e2dbdc91&tab=core&_cview=1)
 
Place of Performance
Address: vendor's place of business, delivery to 20223, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN01663101-W 20080910/080908221314-44748c3f22d9bd098be13ea4e2dbdc91 (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.