Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

22 -- Quantity 62 units- Truck Assembly for rail cars. The solicitation closing date has been extended to 7/16/15 at 3:30PM Eastern Time. Delivery is 26 weeks after date of contract. See attachments.

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018915TZ163
 
Response Due
7/16/2015
 
Archive Date
7/31/2015
 
Point of Contact
Thomas Carey 215-697-9657 thomas.carey2@navy.mil or
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in 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. Per FAR 5.203(a)(1), the solicitation closing date has been reduced to 14 days from this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ is available and it is in Attachment III to this combined synopsis solicitation. The RFQ number is N00189-15-T-Z163. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82/05-07-2015 and DFARS Change Notice 2015-0526. It is the responsibility of the contractor to be familiar 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 NAICS code is 336510 and the Small Business Standard is 1,000. The proposed contract is 100% set aside for small business concerns and the award will be made on a Firm-Fixed Price, Commercial Item Type Purchase Order. The NAVAL SUPPLY FLEET LOGISTICS CENTER (NAVSUP FLC) in Philadelphia Office requests responses from qualified sources capable of providing: (CLIN 0001) Quantity 62, Description: TRUCK ASSEMBLY FOR RAILROAD CAR, (COMPLETE W/ WHEELS) (CLIN 0002) Quantity 62, Description: SHIPPING PER TRUCK SET (43 QUANTITY). A detailed description of the specifications of both CLINs is available in Attachment II to this Combined Synopsis Solicitation. ATTENTION: ALL QUOTERS MUST SUBMIT ALONG WITH THEIR QUOTE AND OTHER ATTACHMENTS AN ATTACHMENT OF THEIR CERTIFICATE FOR THE ASSOCIATION OF AMERICAN RAILROADS (AAR) AAR M-1003 SPECIFICATIONS FOR QUALITY ASSURANCE BECAUSE ALL PARTS AND SERVICES PERFORMED BY THE LISTED VENDOR MUST BE IN COMPLIANCE WITH THE ASSOCIATION OF AMERICAN RAILROADS (AAR) AAR M-1003 SPECIFICATIONS FOR QUALITY ASSURANCE. FURTHERMORE, ALL RAILROAD PARTS SUPPLIERS MUST MEET THE REQUIREMENTS OF THE ASSOCIATION OF AMERICAN RAILROADS QUALITY ASSURANCE PROGRAM AS SPECIFIED IN THE (AAR) AAR M-1003. THIS CERTIFICATE MUST BE SUBMITTED WITH THE QUOTE OR THE QUOTE WILL BE CONSIDERED NON-RESPONSIVE AND INELIGIBLE FOR THE AWARD. ATTENTION: AS OF TODAY, 30 JUNE 2015, NO MORE QUESTIONS WILL BE ENTERTAINED FOR THIS REQUIREMENT. ** THIS AMENDMENT WILL BE FOR THE FOLLOWING: -THE NEW CLOSING DATE FOR QUOTES TO BE RECEIVED FOR THIS COMBINED SYNOPSIS SOLICITATION IS ON 16 JULY 2015 AT 3:30 PM EASTERN TIME. - AN ADDITIONAL 19 UNITS HAVE BEEN ADDED TO THE 43 UNITS OF THIS REQUIREMENT OR SOLICITATION TO MAKE THE NEW TOTAL, A QUANTITY OF 62 UNITS, FOR BOTH CLINS 0001 AND 0002. -THE DELIVERY DATE OF THE REQUIRED ITEMS, AFTER RECEIPT OF ORDER (ARO), HAS BEEN EXTENDED FROM 26 WEEKS TO 31 WEEKS. -ALSO, AN ATTACHMENT TO THIS AMENDMENT FOR THIS COMBINED SYNOPSIS SOLICITATION INDICATES A PROCEDURE FOR THE INSTALLATION OF THE CUSTOM 12 BOLSTER POCKET, ALSO KNOWN AS, BOWL . PLEASE READ THE INFORMATION PROVIDED AND VIEW THE DIAGRAM PROVIDED IN THIS ATTACHMENT AND FOLLOW THE INSTRUCTIONS PROVIDED IN THIS DOCUMENT. Delivery is 31 WEEKS after date of contract. IF OFFEROR CAN PROPOSE A FASTER DELIVERY OR INSTALLMENT DELIVERIES, CONTRACTOR SHALL PROVIDE THEM WITH THEIR OFFFER. A SUBMISSION OF A FASTER DELIVERY SCHEDULE, WHICH IS FASTER THAN WHAT HAS BEEN SOLICITED, WILL HAVE NO IMPACT ON THE AWARD DETERMINATION. FASTER DELIVERIES OR INSTALLMENT DELIVERIES ARE PREFERRED. INSTALLMENT DELIVERIES WILL BE IN BLOCKS OF 4 RAIL TRUCK CAR UNITS PER DELIVERY. Delivery Location is F.O.B. Destination at NAVFAC Mid-Atlantic, Public Works Department (PWD) Earle. Colts Neck,Building C-50, Colts Neck, NJ 07722, Attention Michael Thomason- phone # 732-866-2234. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this solicitation and procurement and are incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including (a) 1,3 (b) 1,4.....complete list in solicitation document 52.247-34, Freight on Board Destination, F.O.B. Destination; Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including This announcement will close at 3:30 PM Eastern Time on 16 July 2015. Contact Thomas Carey who can be reached at 215-697-9657 or email thomas.carey2@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. The relative importance of the factors is as follows, past performance more important than price. System for Award Management (SAM): Quoters must be registered in the CCR database or SAM database to be considered for award. Registration is free and can be completed on-line https://www.sam.gov/ or at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), FOB Destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 20 pages in total will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. EVALUATION: ATTENTION: ALL QUOTERS MUST SUBMIT ALONG WITH THEIR QUOTE AND OTHER ATTACHMENTS AN ATTACHMENT OF THEIR CERTIFICATE FOR THE ASSOCIATION OF AMERICAN RAILROADS (AAR) AAR M-1003 SPECIFICATIONS FOR QUALITY ASSURANCE BECAUSE ALL PARTS AND SERVICES PERFORMED BY THE LISTED VENDOR MUST BE IN COMPLIANCE WITH THE ASSOCIATION OF AMERICAN RAILROADS (AAR) AAR M-1003 SPECIFICATIONS FOR QUALITY ASSURANCE. FURTHERMORE, ALL RAILROAD PARTS SUPPLIERS MUST MEET THE REQUIREMENTS OF THE ASSOCIATION OF AMERICAN RAILROADS QUALITY ASSURANCE PROGRAM AS SPECIFIED IN THE (AAR) AAR M-1003. THIS CERTIFICATE MUST BE SUBMITTED WITH THE QUOTE OR THE QUOTE WILL BE CONSIDERED NON-RESPONSIVE AND INELIGIBLE FOR THE AWARD. Past Performance The offeror shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts (within the past three years) considering the same or similar scope and magnitude (e.g., performing services of a dollar value comparable to the dollar value of the offeror s quote) to that which is described in the solicitation. To demonstrate its past performance, the offeror shall identify up to two (2) of its most relevant contracts or efforts within the past three (3) years, and provide any other information the offeror considers relevant to the requirements of the solicitation. Offerors should provide a detailed explanation demonstrating the relevance of the contracts or efforts to the requirements of the solicitation. If subcontractor experience is provided as part of the TWO most relevant contracts, it will be given weight relative to the percentage of effort being provided by that particular subcontractor in the offer submitted. The references will be evaluated in the aggregate in order to allow offerors who may not have the entire scope and magnitude of the requirement under one individual contract to still be considered acceptable if experience with the full scope and magnitude of the requirement can be demonstrated within the allotted number of references as described above. The offeror should complete a Past Performance Information Form for each reference submitted. The form is an attachment to the solicitation. The forms will count toward the Volume I page limit described above. For additional information regarding a particular reference beyond that which will fit on the form, the offeror may continue onto another sheet of paper. Such continuation sheet(s) for submitted references will count toward the Volume I page limit. The offeror should address its past performance in complying with requirements of the clauses at FAR 52.219-8, Utilization of Small Business Concerns, and 52.219-9, Small Business Subcontracting Plan. Responses to this solicitation are due at NAVSUP FLC Philadelphia, attention Thomas Carey Code 280.3E, no later than 3:30 P.M. EDT on 16 July 2015 by e-mail to thomas.carey2@navy.mil. All offers shall reference RFQ N00189-15-T-Z163. LIST OF ATTACHMENTS: Attachment I: Past Performance Information Form (to be used for submission of quote.) Attachment II: Additional description or specifications for both CLINS. Attachment III: Request for Quote- N00189-15-T-Z163 Attachment IV: Amendment 0001 for Request for Quote- N00189-15-T-Z163- Change delivery date to 90 Days After Date of Contract (ADC) or Award. Attachment V: Revised Combined Synopsis Solicitation Amendment I Attachment VI: Amendment 0002 for Request for Quote- N00189-15-T-Z163- Change Solicitation ending date for quotes due to 18 June 2015 at 3:30 PM Eastern Time. Attachment VII: Revised Combined Synopsis Solicitation Amendment II Attachment VIII: Amendment 0003 for Request for Quote- N00189-15-T-Z163- Change Solicitation ending date for quotes due to 24 June 2015 at 3:30 PM Eastern Time AND to clarify delivery Schedule up to 26 weeks after date of contract and if faster delivery s or installment deliveries can occur. Attachment IX: Revised Combined Synopsis Solicitation Amendment III Attachment X: Revised Combined Synopsis Solicitation Amendment IV Attachment XI: Amendment 0004 for Request for Quote- N00189-15-T-Z163- Change Solicitation ending date for quotes due to 30 June 2015 at 1:30 PM Eastern Time. Attachment XII: Amendment 0005 for Request for Quote- N00189-15-T-Z163- Change Solicitation ending date for quotes due to 07 July 2015 at 1:30 PM Eastern Time. Also, please READ the entire Solicitation and its Attachments and the Amendments and their Attachments. Attachment XIII: Revised Combined Synopsis Solicitation Amendment V and QUESTIONS AND ANSWERS DOCUMENT REGARDING THE REQUIREMENT. Attachment XIV: Picture of a 70 Ton Rail Car Truck Attachment XV: Revised Combined Synopsis Solicitation Amendment VII Attachment XVI: Amendment 0006 for Request for Quote- N00189-15-T-Z163- Change Solicitation ending date for quotes due to 14 July 2015 at 1:30 PM Eastern Standard Time. Please Note: the quantity has increased for each CLIN to 62 units. Also, please READ the entire Solicitation and its Attachments and the Amendments and their Attachments. Attachment XVII: A DOCUMENT PROVIDING A PROCEDURE DESCRIBING THE INSTALLATION OF THE CUSTOM 12 BOLSTER POCKET, ALSO KNOWN AS, BOWL. A DIAGRAM IS PROVIDED WITH A DISCLAIMER IN THIS ATTACHED DOCUMENT. Attachment XVIII: Amendment 0007 for Request for Quote- N00189-15-T-Z163- Change Solicitation ending date for quotes due to 16 July 2015 at 3:30 PM Eastern Standard Time. Revised Combined Synopsis Solicitation Amendment dated 7/14/15 is indicated in this Description Section of this Amendment. **Interested parties should monitor the NECO website for any updates and/or amendments to this Combined Synopsis Solicitation or the fedbizopps website for any updates and/or amendments to this Combined Synopsis Solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ163/listing.html)
 
Place of Performance
Address: NAVFAC MID-ATLANTIC PWD
Zip Code: EARLE, COLTS, NECK, NJ
 
Record
SN03796370-W 20150716/150714235546-cd5baf74f7bc6d71cc296a027854c75b (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.