SOLICITATION NOTICE
17 -- NEW OR REFURBISHED/DEMO TOWABLE GROUND POWER UNIT (GPU)
- Notice Date
- 3/3/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- Reference-Number-NAAN6000-5-04022CMM
- Response Due
- 3/18/2005
- Archive Date
- 4/2/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center MacDill, AFB FL to provide a new or refurbished/demo towable ground power unit (GPU). This constitutes the only Request For Proposal (RFP), written offers are being requested; and a written RFP will not be issued. This notice is hereby issued as RFP No. NAAN6000-5-04022CMM. This RFP and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-27. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-8 Time of Delivery Alt I (APR 1984), 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2004), 52.212-2 Evaluation ? Commercial Items (Jan. 1999) (*See text below), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2005), 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jan 2005) (Sections 14, 15,16, 17, 18, 19, 20, 24, and 31), 52.214-21 Descriptive Literature (Apr. 2002), 52.242-15 Stop-Work Order (Aug. 1989), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Mar. 2000), 1352.208-70 Printing (Mar. 2000), 1352.209-71 Organizational Conflict of Interest (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000) 1352.209-73 Compliance with the Laws (Mar. 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) (**See text below), 1352.215-73 Inquiries (Mar. 2000), 1352.216-70 Contract Type (Mar. 2000), 1352.233-70 Harmless From Liability (Mar. 2000), 1352.233-71 Service of Protests (Mar. 2000). Agency protests filed with the Contracting Officer shall be sent to Mr. William J. Becker, 601 E 12th Street, Room 1756, Kansas City, MO 64106. 1352.246-70 Inspection and Acceptance (Mar. 2000). Inspection and acceptance will be performed at NOAA Aircraft Operations Center, 7917 Hangar Loop Drive, Hangar 5, MacDill, AFB FL 33621. 1352.252-70 Regulatory Notice (Mar 2000). Full text of these CAR clauses is available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CASC, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Friday, March 18, 2005. Offers may be faxed to 816-426-5067 Attn: Carey Marlow. In addition to price, offers must include the following: 1)a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2)certification of registration in the Central Contractor Registration database; 3)a proposed delivery schedule; 4)descriptive literature; and 5) references for conducting past performance reviews. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: The contractor shall provide a towable GPU per the minimum requirements shown herein to include all manuals, schematics, mechanical drawings for operation, and warranty information. This equipment will be utilized for NOAA Aircraft Operations Center. At a minimum: General Requirements: GPU shall be towable with 4 pneumatic tires. GPU must be capable of providing non-fluctuating 115 volt alternating current (AC), 3 phase, 400 cycle electrical power.. GPU engine shall consume diesel fuel and should have the capability of using Jet A, Jet A-1, or JP-8 aircraft fuel as an alternative fuel source. Unit engine shall be of such capacity to drive a minimum 60 KVA installed generator for a minimum of eight (8) uninterrupted operating hours without refueling. Minimum one (1) year or 1000 hour warranty against all parts and labor. Contractor will agree to service the unit at no cost to the government for the duration of the warranty. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: UNIT TOTAL CLIN #1 ? New or Refurbished/Demo Towable GPU 1 ea $__________ $__________ FOB Destination GRAND TOTAL: $_____________ The above price includes the equipment, manuals, schematics, mechanical drawings for operation, and warranty. DELIVERY SCHEDULE: Required Delivery: April 15, 2005 (Assuming that the Government will make award by March 28, 2005.) Proposed Delivery: ________________________ Delivery shall be FOB Destination. FAILURE TO FURNISH DESCRIPTIVE LITERATURE WILL RENDER THE OFFER NON-RESPONSIVE. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. *Insert data for FAR 52.212-2 (a) The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrates the ability to meet or exceed the Government?s minimum requirement for the specified equipment. Warranty and service provided. Ability to meet or exceed the Government?s minimum requirement. Delivery schedule. Ability to meet or exceed the Government?s delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is the same or equal to that described herein. Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest prices offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government. **CAR 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to solicitation results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: (1) Price reasonableness. (2) Ability to meet stated delivery schedule. (3) Warranty and service information quoted. (4) Past Performance.
- Place of Performance
- Address: NOAA AIRCRAFT OPERATIONS CENTER, 7917 HANGAR LOOP DRIVE, HANGAR 5, MACDILL, AFB FL 33621
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN00761708-W 20050305/050303211646 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |