Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2006 FBO #1591
SOLICITATION NOTICE

61 -- Integrated Trailer-Environmental Control Unit - Generator (ITEG)

Notice Date
4/3/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785406R5079
 
Response Due
6/1/2006
 
Archive Date
7/1/2006
 
Description
The Marine Corps Systems Command has a requirement for an Integrated Trailer-Environmental Control Unit - Generator (ITEG) that is towable in tactical environments by the High Mobility Multi-Purpose Wheeled Vehicle (HMMWVA2). The NAICS Code for this procurement is 335311 with a size standard of 750 employees. This is a combined synopsis/solicitation for the ITEG in accordance with FAR 12.6 for commercial items as defined in FAR Part 2.1, and as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The subject Request for Proposals (RFPs) M67854-06-R-5079 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-08 and Defense Acquisition Circular 91-13. Scope: Procurement of commercial based ITEGs, along with data items, training, and support of the ITEGs in both testing and operational environment. Intended use of the ITEG is to provide in expeditionary environments a self-contained assembly that can be towed by the family of HMMWVs (A2 variant or newer), provide electrical power in accordance with military criteria, and provide conditioned air for heating, cooling, ventilation, and dehumidification. Characteristics: The Government?s objective performance characteristics are provided in the attached Performance Specification. Unless otherwise specified, the design, material composition, and manufacturing processes associated with the ITEG are the prerogative of the offeror. It is understood all parameters in the Specification may not be fulfilled, with the exception that the Critical Performance Parameters must be met for minimum acceptability. All other parameters specified are objectives and are subject to the offeror's discretion for design/performance consideration, or tradeoff. The offerors Product Specification and technical proposal may subsequently be incorporated into the contract. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the ITEG and all components as stated by the offeror in his proposal. The Government intends to conduct hardware evaluation during source selection to substantiate performance of the ITEG in support of selecting a single vendor and product configuration. The Government will conduct tailored verification testing of production articles following contract award. Packaging: Best commercial practices. Commercial Warranty: The offeror shall offer and fully describe a warranty of his proposed product. All warranty provisions or exclusions shall be clearly stated in the offerors' proposal. The Government anticipates issuing an Indefinite Delivery / Indefinite Quantity (ID/IQ) Firm Fixed Price (FFP) commercial contract to the successful offeror. Quantities and period of performance are as follows: Contract Minimum is 2 units. Contract Maximum Quantity is 200 units. Order minimum Quantity is 1 unit. Order maximum quantity is 200 units. Period of Performance: 12 months beginning on the effective date of contract award with (3) three 12-month option periods (maximum ordering period not to exceed 48 months). Options may be exercised at any time during the contract. These units will be shipped F.O.B. destination throughout the Continental United States. Approximately one half of delivered units will be shipped to east coast locations (Albany Georgia or Camp Lejeune North Carolina) and the remainder will be shipped to west coast locations (Barstow California or Camp Pendleton California). Contract Line Items are stipulated and described in the attached Statement of Work (SOW). The following is the anticipated pricing structure: CLIN 0001 Integrated Trailer-ECU-Generator (ITEG) Assembly with Warranty CLIN 0002 Spare Parts Package CLIN 0003 Test Support Package CLIN 0004 Technical Publications CLIN 0005 Production Verification Test Support CLIN 0006 New Equipment Training Development CLIN 0007AA New Equipment Training Delivery - Camp Lejeune, NC CLIN 0007AB New Equipment Training Delivery - Camp Pendleton, CA CLIN 0008 Technical Meetings / Reviews Offerors may propose stepladder quantity pricing, (e.g., 1 - 25, $xx; 25 - 50, $xx) for the Base Year i.e. CLIN 0001 and Option CLINs 0101, 0201, and 0301 and Base Year CLIN 0002 and Option CLINs 0102, 0202, and 0302. However, the price will be evaluated on a quantity of 25 for CLINs 0001 and 0002; quantity of 60 for CLINs 0101 and 0102; quantity of 60 for CLINs 0201 and 0202; and quantity of 55 for CLINs 0301 and 0302. CLINs 0003, 0004, 0005, 0006 and 0008 shall have a quantity of 1 in the Base year. CLIN 0007AA, CLIN 0007AB, Option CLINs 0107AA, 0207AA and 0307AA, 0107AB, 0207AB and 0307AB shall have a quantity of 3 training classes for each year. Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (Jan 2006): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal and one sample of their product for Government testing as elements of their offer. One (1) original and five (5) paper copies of the proposal are required. The proposal shall be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of its content. Proposals shall be prepared using "Arial" or "Times New Roman" 11-point font style on 8 1/2 x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 points. Foldouts are not allowed. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the combined technical/business proposal shall not exceed 50 total pages, inclusive of product literature. The technical/business portion shall include a description of their Technical Approach and a copy of the Product Specification at its current level of fidelity that describes levels of performance proposed. Any applicable and pre-existing test data and certifications are encouraged to be provided that describes the ITEG as demonstrated, tested, and verified to safely operate within the stated environment and accomplish the capabilities stated in the Product Specification. Any ?value-added? features that will contribute to the overall accomplishment of the ITEG program shall be identified. These elements shall be quantified from the standpoint of improvements to configuration change, performance, cost reduction, innovative business strategies, or other measures the offeror believes will contribute to program execution. The offeror shall describes their ability to conduct for the duration of the contract configuration management and product quality control within constraints of program cost structure, purchasing arrangement for this contra ct and as a commercial item. The business approach to publications requirements that will be furnished with the product and stand-alone (including copyright release) in accordance with the Statement of Work shall be addressed. The description of schematics, parts lists, and materials must be commensurate with stated desires and standards. Warranty coverage and warranty procedures, to include flow-thru warranties, system warranty, and component warranty shall be described. The approach to training, training capability and experience for the full scope of the program, to include the period of contractor instruction, required courseware and materials, certification / licensing standards for personnel, sufficient training time with all pieces of equipment, and training material adequacy (including copyright release) for delivery of follow-on USMC training shall be described. Specific examples of favorable recent past performance shall be provided. These shall illustrate evidence of ability to produce, deliver, and warrant your product inclusive of existing production facilities and capacity, past hardware deliveries and usage with military customers, delivery schedule compliance, quality of products and services, overall customer satisfaction with products and services, and management of technical and business aspects of the company. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Offerors with no relevant Past Performance Information should indicate this in their proposals. To supplement their written proposal, offerors are encouraged to provide a CD-ROM with supporting information that illustrates the degree of compliance, quality, or other parameters being evaluated. There is no limitation for the content of the CD-ROM, however all material provided through this medium shall be appropriately referenced in the written proposal; the CD-ROM shall not be considered a stand-alone element of the offer. If conflicts arise between the material presented in the proposal and the CD-ROM, the precedence for consideration shall be with the written material. The Product Specification and any existing test reports and external agency certifications for the model ITEG that is being proposed, or its components, shall be provided on the CD ROM and are not within the 50 page limit. Prior examples of publications are also encouraged to be provided on the CD ROM. Sealed offers for the items to be provided shall be hand-carried or express mailed via UPS or Federal Express to the following location by 2:00PM (EST) 1 June 2006 COMMANDER, Attn: Ms. Shekela Hutchinson, CT025-GTES, MARCORSYSCOM, 2201A Willis Street, Quantico, VA 22134-5060. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. The offeror must provide one representative system of the configuration as proposed no later than the time deadline for proposal submission. Earlier delivery is encouraged in order to facilitate training. Delivery shall be made to the Aberdeen Test Center, Aberdeen Maryland. The Point of Contact listed at the bottom shall be contacted for exact delivery address and ATC point of contact. Delivery can take place anytime between 1 May 2006 and 1 June 2006. The Offeror shall make the Product Sample available for Government testing for a period no less than 4 months. At time of delivery, the Offeror shall provide the Government with a written inventory of all property. Upon conclusion of use of the Product Sample, the offeror will be contacted for pickup of the Product Sample. All transportation costs to and from Aberdeen Maryland are the responsibility of the offeror. Offerors should be aware that samples may be damaged or destroyed in the testing/evaluation process. The Offeror shall provide all technical information and training required for the safe operation of the Product Sample. With initial delivery, a 30-minute familiarization class shall be provided. Within 2-4 weeks of Product Sample Delivery, the offeror shall provide a full operators level training session at Aberdeen Proving Grounds, Aberdeen Maryland. The Offeror will be required, on an on-call basis, to provide all necessary contractor support, maintenance, and repairs to the Product Sample hardware during the evaluation period. This maintenance will take place at Aberdeen Proving Grounds. The Product sample shall be furnished in a ready for issue condition and shall be maintained in this condition by the offeror. MARCORSYSCOM?s use of the Product Sample does not constitute and shall not be construed by the Offeror to be an endorsement, sponsorship, approval, or promotion of the Product sample. The Offeror shall not take any actions which represent or give the appearance of an endorsement, sponsorship, approval, or promotion of the Product sample by the Unites States Marine Corps or the United States Government. This Product sample provision shall be at no cost to the Government and shall not be used as a basis for any claim against the Government. This includes all claims whether in tort or contract. Accordingly, the Government shall not be liable to the Offeror for any damage to, loss of, or destruction of the Product Sample. Any third party claim for property damage or personal injury arising from the use of the system will be handled in accordance with the Federal Tort Claims Act. The offeror shall provide with their proposal AND with the Product Sample any and all formal copies of the following: (1) Certification of Environmental Control Unit (ECU) performance for cooling capability (BTU/hr and Cubic Feet per Minute) in accordance with ASHRAE parameters; (2) Certification of ECU coolant provided with system that is EPA compliant; (3) certification that diesel fueled engine is EPA compliant for standards in effect; (4) certificate of engine capability to operate on JP-8 fuel; (5) certification of trailer system to meet applicable Federal Motor Vehicle Safety Standards. This shall not count against the 50 page count limit. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Relative Order of Importance: (i) Operational Effectiveness (to include Technical Approach, Pre-existing test data and certifications, Value Added features, Management of Configuration and Quality of Products, and Product Sample testing results) - Most important. (ii) Supportability (to include existing publications and data, warranty provisions, and training experience); - Less important. (iii) Past Performance - Least important. Price - Evaluated, but not rated. Award shall be made to the offeror whose proposal presents the best value to the Government. In making its "Best Value" determination, the Government will consider overall technical, supportability, and past performance merit to be of significantly greater importance than evaluated price. However, the importance of price as a factor in the final determination will increase with the degree of equality in the overall merits of the proposals. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations. FAR Clauses: 52.212-3, Offeror Representations and Certifications, (Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. (Visit www.ccr.gov for more information on creating and entering your MPIN). The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the officia l version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCAs homepage at http://orca.bpn.gov under Help). 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5,Contract Terms and Conditions Required To Implement Statutes or Executive Orders within this clause, the following clauses apply; 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration, 52.232-18-Availability of Funds. 52.247-34, F.O.B. Destination. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. ATTACHMENT: Perform ance Specification and Statement of Work. Point of Contact Shekela Hutchinson, Contracts Specialist, Phone (703) 432-4982, Fax (703) 432-5029, Email shekela.hutchinson.ctr@usmc.mil.
 
Record
SN01020198-W 20060405/060403220641 (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.