Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOLICITATION NOTICE

45 -- Convective Space Heaters (SHC35 & SHC60)

Notice Date
2/22/2012
 
Notice Type
Presolicitation
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM8E8-12-R-0003
 
Point of Contact
Robert Spadaro, Jr., Phone: 215.737.0866
 
E-Mail Address
Robert.Spadaro@dla.mil
(Robert.Spadaro@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Troop Support intends to issue an unrestricted Request for Proposal (RFP) for the acquisition of NSNs (National Stock Number) 4520-01-431-8927 (Heater Space SHC35 - Type I) and 4520-01-520-6477 (Heater, Space SHC60 - Type II), which are to be manufactured I/A/W Performance Specification MIL-PRF-44493A, under solicitation number SPM8E8-12-R-0003. Solicitation Period: 45 days. Estimated Issue Date: 13 March 2012; Estimated Closing Date: 27 April 2012. No proposals will be accepted in response to this notice, it is JUST A NOTICE. Please wait for the actual solicitation document. This solicitation will be an Indefinite Quantity Contract (IQC) for stock replenishment and customer-direct deliveries (DVD), which will be awarded in accordance with the policies and procedures outlined in FAR Subpart 12 (Commercial Procedures). The Long Term Contract (LTC) will consist of a two-year base and three one-year options. Offerors will be required to propose a Fixed Price effective for the two-year base (for both NSNs). The annual estimated demand quantity (AEQ) for the SHC35 heater is 215 EA and for the SHC60 heater the AEQ is 430 EA. The total estimated value for the proposed five contract years is $33,610,649.00. The contract will have a maximum limitation value of $48,735,441.00. The provisions outlined in the Economic Price Adjustment (EPA) clause will apply and provide for annual adjustments for option year pricing. Acceptance of the option provision is mandatory. Failure by the offeror to accept the option provisions contained in the solicitation will constitute a deficiency in the proposal and may result in the elimination of the proposal for award consideration. Large business concerns must submit a Small Business Subcontracting Plan along with their proposal. An award will be made in accordance with the Low Price Technically Acceptable (LPTA) source selection procedures. The Government will make an award, as a result of this solicitation, on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. "Technical acceptability" is defined as an offeror that takes no exception to the terms and conditions listed in the solicitation. Proposals being evaluated against the technical acceptability requirement will received a rating of "acceptable/unacceptable". An "acceptable" proposal is defined as one that "clearly meets the minimum requirements of the solicitation". An "unacceptable" proposal is defined as one that "does not clearly meet the minimum requirements of the solicitation". An award is anticipated by October of 2012. Contractor First Article Testing (FAT) is required for both NSNs, which can be waived for eligible companies. The First Article Test (FAT) production lot shall consist of four (4) sample items of each NSN. The required delivery schedule for all stock Delivery Orders (DO) under the resultant contract will be 30 days ADO (for the SHC35 heater) and 60 days (for the SHC60 heater). Clause 52.211-9037, which will be contained in the solicitation, will specify the required delivery dates for the customer-direct (DVD) Delivery Orders. The initial Delivery Order (DO) will require Inspection and Acceptance at Source (Origin). All subsequent DOs will require Inspection and Acceptance at Destination. Product Verification Testing (PVT) may be invoked if a negative quality trend develops. FOB Destination deliveries will be made to Defense Distribution Depots located in New Cumberland, PA and Tracy, CA. Radio Frequency Identification (RFID) will be required. Customer-Direct delivery orders will specify delivery to both CONUS and OCONUS destination points. Certified cost and pricing data will not be required per FAR 15.403-1(B)(3); however, the Contracting Officer may require supporting price data. The Contracting Officer may utilize On-line Reverse Auctioning as a means of conducting price discussion under this solicitation. If the Contracting Officer does not conduct a Reverse Auction, award may be made on the basis of initial offers or following discussions not using Reverse Auctioning as a pricing technique. This acquisition is subject to the requirements of the Trade Agreement Act of 1979. All offers shall be in the English language and in U.S. dollars. All proposals must include a hard copy of a completed solicitation with price and delivery data (for both NSNs) for the two year base and additive CLIN 9907 (Contractor FAT). Follow directions as outlined in the solicitation. Offerors responding to the solicitation must submit their proposal to the Business Opportunities Office (BOO), address will be shown on page 3 of the solicitation. DO NOT RESPOND TO THIS PRE-SOLICITATION NOTICE. Proposals will not be accepted until after the solicitation has been issued. This agency will consider proposals submitted by all responsible sources. After the solicitation issue date, a copy of this solicitation can be obtained through the DLA Internet Bulletin Board System (DIBBS). Interested parties will be able to obtain and view all required information to respond to the solicitation. NOTE: Copies of the solicitation package will be available after the solicitation issue date; copies will be made available on the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. From the DIBBS Homepage, select "RFP/IFBs" from the top toolbar. Then search by the subject solicitation number. RFPs are in portable document format (PDF). In order to download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. This solicitation will not be made available through electronic data interchange (EDI). No hard copies of the solicitation will be made available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM8E8-12-R-0003/listing.html)
 
Record
SN02680125-W 20120224/120222234518-ec9d98bb9e18ace0a09c4f64fc63dc6f (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.