Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOLICITATION NOTICE

61 -- Deployable & Renewable Energy Alternative Module (DREAM)

Notice Date
11/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785407R5012
 
Response Due
1/4/2007
 
Archive Date
2/3/2007
 
Description
The Marine Corps System Command in cooperation with the Army Rapid Equipping Force is supporting an urgent need from Marine Forces under the Multi-National Forces ?V Iraq and Afghanistan for renewable energy sources. The NAICS code for this procurement is 335311. This is a combined synopsis/solicitation is in accordance with FAR 13.5 for commercial items utilizing simplified acquisition procedures 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 (RFP), M67854-07-R-5002 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. Scope: The title of this program is Deployable & Renewable Energy Alternative Module (DREAM). This is part of a larger requirement for renewable energy sources, but is addressing a specific size of capability only at this time. The offerors solution for the DREAM shall address the requirements of the attached Statement of Objectives (SOO). With the exception of Critical Performance Parameters (CPP) specified in the SOO that are non-tradable, all other requirements are tradable within the construct of best value approach to meeting the highest level of system capability. Failure to satisfy ALL CPPs will render a solution unacceptable. Intended Use: The DREAM is one of several items in the USMC family of power generation sources and alternative power sources. The key application for this power supply is remote operation in austere environments, with simplicity of use. Characteristics: The CPPs for the DREAM are as follows: ?X Shall provide three (3) kilowatt (kW) (CPP) to 5 kW (OBJECTIVE) output electric power at any time during a given 12 hour period (CPP) to 48 hour period (OBJECTIVE); ?X The Light Tactical Trailer, Heavy Chassis (LTT-HC), NSN 2330-01-387-5424 shall be the trailer upon which the DREAM is mounted (CPP). ?X Shall be capable of sustained operation at up to 95?XF at 4000 feet above sea level (CPP). Contract Structure: The Government anticipates issuing multiple initial contracts to successful offerors. This program utilizes a refining system concept structure, of three program phases, as follows: The Base Contract will be for Phase 1 efforts. Up to three contractors may be selected for award. This phase has a 3-month duration. Analytical efforts will constitute Contract Line Item Number (CLIN) 0001. CLIN 0001 will be a Time and Material CLIN with a Not-To-Exceed (NTE) cost for this phase of $75,000 per contractor. Data items as detailed in the SOO will constitute CLIN 0002. CLIN 0002 will be Not Separately Priced (NSP). Based on the results of Phase 1, the Government may exercise up to two options for the performance of Phase 2. Only contractors from Phase 1 will be considered for Phase 2. Phase 2 has an 8 month duration and is for detailed design, hardware fabrication, and contractor check-out testing. CLIN 0002 will be a Time and Material CLIN with a Not-To-Exceed (NTE) cost for this phase of $400,000 per contractor. Analytical and hardware efforts will constitute CLIN 0003. Data items as detailed in the SOO will constitute CLIN 0004. CLIN 0004 will be Not Separately Priced (NSP). Based on the results of Phase 2, the Government may exercise up to two options for the performance of Phase 3. Only contractors from Phase 2 will be considered for Phase 3. This phase has a 5-month duration and is for support to Government testing and system maturation. CLIN 0005 will be a Time and Material CLIN with a Not-To-Exceed (NTE) cost for this phase of $250,000 per contractor. Analytical and hardware efforts will constitute CLIN 0005. Data items as detailed in the SOO will constitute CLIN 0006. CLIN 0006 will be Not Separately Priced (NSP). Alternative schedules may be proposed if they offer clear benefit to the Government for decreased cost or more rapid development in support of demonstration. Follow-on contractual efforts for additional systems to support operational uses or subsequent testing are envisioned to be procured under a sole-source arrangement to a final selected contractor from Phase 3 contractors that delivered and supported previous and representative hardware systems. Verification: Unless otherwise specified, the offeror is responsible for the execution of all inspections and certifications related to conformance and performance of the DREAM and all components. Packaging: Best commercial practices. Commercial Warranty: Warranty provisions or exclusions shall be clearly stated in the offerors' proposal submission. Delivered units from Phase 2 will be shipped F.O.B. destination 29 Palms, California. Federal Acquisition Regulation-52.212-1, Instructions to Offerors, (Jan 2004): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal. One original and four (4) written copies shall be submitted. Proposals shall be prepared using "Arial" or "Times New Roman" 12 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 35 total pages exclusive of cover page, back page, and letter of transmittal. Supporting documentation with a page count limited to 50 pages may be submitted as a separate enclosure, to address corporate capability or past performance. Only 1 copy of supporting literature should be provided. 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) 04 January 2007: COMMANDER, Attn: Shekela Hutchinson, CTQ, MARCORSYSCOM, 2200 Lester Street, VA, 22134-5010. NOTE: Offerors are advised that proposals sent by conventional US Mail service are not routed directly to the above address. Evaluation Relative Order of Importance: (i) Technical Approach (to include Technical Performance, Program Management Approach, Systems Engineering Approach, and Value Added) - Most important. (ii) Capabilities / Facilities (to include Engineering Analysis Capability, Manufacturing and Assembly Capability, and Sub-contractor and Team Arrangement management) - 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, capabilities/facilities, 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(s) 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 w ill 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 inf ormation you need for the clauses. The questionnaire is not the offici al 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. Point of Contact: Shekela Hutchinson, Contracts Specialist, Phone (703) 432-4982, Fax (703) 432-5029, Email shekela.hutchinson.ctr@usmc.mil.
 
Record
SN01185150-W 20061123/061121221101 (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.