SOLICITATION NOTICE
61 -- Auxiliary Power Unit (APU)
- Notice Date
- 8/5/2008
- Notice Type
- Presolicitation
- NAICS
- 221112
— Fossil Fuel Electric Power Generation
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Systems Command, M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- M6785408R5056
- Response Due
- 9/4/2008
- Archive Date
- 9/19/2008
- Point of Contact
- Matthew Brown 703-432-5027
- Small Business Set-Aside
- N/A
- Description
- AUXILIARY POWER UNITCOMBINED SYNOPSIS/SOLICITATION The Marine Corps Systems Command has a requirement for a diesel fueled Auxiliary Power Unit (APU) to provide Direct Current (DC) electrical output that can support electronic devices mounted on Tactical and Combat Vehicles. This is a combined synopsis/solicitation for the APU 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 Proposal (RFP) M67854-08-R-5056 incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26, Defense Federal Acquisition Regulations Supplemental Change Notice 20080513 and Defense Acquisition Circular 91-13. Scope: Procurement of commercial based APU and Technical Support in accordance with stated technical parameters. The intended use of the APU is to provide regulated electric power on mounted vehicle applications for multiple Direct Current power consumption devices. Characteristics: The Governments performance requirements are provided in the below Statement of Objectives. The design, material composition, and manufacturing processes associated with the APU are the prerogative of the offeror. The parameters listed must be met for minimum acceptability. Offerors should describe any additional value-added aspects for performance consideration, or tradeoff to achieve a Best Value solution. All technical parameters of a proposed solution shall be documented in the offerors Product Specification. The offerors Product Specification will subsequently be incorporated into the contract. Verification: Upon contract award, APU systems may be tested by a Government lab to certify operation of the APU at environmental conditions listed within this RFP. Packaging: Best commercial practices. All APUs shall be delivered as turn-key solutions ready for installation and operation, less fuel and batteries. Any deprocessing requirements and requirements to bring a delivered up into use shall be described. 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. The Government reserves the right to award more than one contract for this requirement. CLIN Structure: The Offerors may submit proposals for one or both APU CLINs, however all CLINs will be evaluated separately. Offerors must propose to all Technical Support CLINs. The CLINs will be: CLIN 0001: APU with Warranty and Commercial Manual Overpack (3-5 kW)CLIN 0002: APU with Warranty and Commercial Manual Overpack (10-15 kW)Award through 12 months CLIN 0101: APU with Warranty and Commercial Manual Overpack (3-5 kW)CLIN 0102: APU with Warranty and Commercial Manual Overpack (10-15 kW) CLIN 0103: Technical Support12-24 months after award CLIN 0201: APU with Warranty and Commercial Manual Overpack (3-5 kW) CLIN 0202: APU with Warranty and Commercial Manual Overpack (10-15kW) CLIN 0203: Technical Support24-36 months after award CLIN 0301: APU with Warranty and Commercial Manual Overpack (3-5 kW)CLIN 0302: APU with Warranty and Commercial Manual Overpack (10-15kW) CLIN 0303: Technical Support36-48 months after awardCLIN 0401: APU with Warranty and Commercial Manual Overpack (3-5 kW)CLIN 0402: APU with Warranty and Commercial Manual Overpack (10-15 kW) CLIN 0403: Technical Support48-60 months after award Quantities and period of performance for all APU CLINs are as follows: Contract Minimum value is $25,000.00. Contract Maximum value is $20,000,000.00 Order Minimum value is $1.00. Order Maximum value is $20,000,000.00 Quantities and period of performance for all Technical Support CLINs shall be priced for the estimated cost to aid in the mounting and repackaging of the APU for various tactical vehicles. (Not to exceed 16,000 hours) Contract Minimum Quantity is 1 hour. Contract Maximum Quantity is 16,000 hours. Order Minimum Quantity is 1 hour. Order Maximum Quantity is 16,000 hours. The maximum amount of all CLINs ordered under this contract shall not exceed $20,000,000.00. Period of Performance: up to 60 months beginning on the effective date of contract award. Deliveries: Urgency is paramount for this procurement. Two (2) units of each APU proposed shall be delivered within the first sixty (60) days after delivery order award. The offeror shall propose his best delivery schedule for the future orders units. Production Rate: The rate of production shall be 10 Auxiliary Power Units (APU) within 120 days after receipt of order. These units shall be shipped F.O.B. Destination to either Marine Corps Base Quantico, VA or Marine Corps Logistics Command, Albany, Georgia. Offerors should propose stepladder quantity pricing reflecting a quantity discount for every CLIN (e.g., 1 - 10, $xx; 11-20, $xx). Federal Acquisition Regulation-52.212-1, Instructions to Offerors - Commercial Items, (SEP 2006): Multiple Offers are discouraged. Offerors shall submit a combined technical/business proposal of their product for Government verification 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 25 total pages, inclusive of product literature. A copy of the Vendor Product Specification shall be provided. Any applicable and pre-existing test data and certifications are encouraged to be provided that describes the APU as demonstrated, tested, and verified to safely operate within the stated environment and accomplish the capabilities required. Any value-added features that will contribute to the overall accomplishment of the APU program shall be identified. These elements shall be quantified from the standpoint of improvements to configuration change, performance, cost reduction, or other measures the offeror believes will contribute to program execution. The offeror shall describe their ability to conduct for the duration of the contract any and all configuration management and product quality control within constraints of program cost structure, purchasing arrangement for this contract and as a commercial item. Warranty coverage and warranty procedures, to include flow-thru warranties, system warranty, and component warranty shall be described. Parts breakout shall be provided. Specific examples of favorable recent past performance and other examples of the use of this model in military applications 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. Each offeror shall propose and provide one overall labor category to support the level of effort under CLINs 0103, 0203, 0303, and 0403. This shall be a burdened fixed hourly rate, with individual tasking to be determined at a later date on an as needed basis. The Vendor Product Specification, Operators Manual, and any existing test reports do not count toward the page limit. 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) 4 September 2008 COMMANDER, Attn: Matthew Brown, 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 shall provide with their proposal formal copies of the following: (1) certification that the diesel fueled engine is EPA compliant for standards in effect and (2) certificate of engine capability to operate on JP-8 fuel. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). Relative Order of Importance: (i) Operational Effectiveness (Technical Approach, Pre-existing test data, Value Added) - Most important; (ii) Supportability (Existing publications, Management of Configuration and Quality of Products, Warranty provision) - Less important; and (iii) Past Performance (no sub-factors) - Least important. All sub-factors are in descending order of importance. Price - Evaluated, but not rated. The Government will calculate an evaluated price for each offerors proposal by adding together all CLINs against an evaluated quantity. Proposals must satisfy all requirements marked as Critical Performance Parameter. Other requirements shall be traded off in order to obtain BEST VALUE for the Government. Award shall be made to the offerors whose proposals presents the best value to the Government. In making its "Best Value" determination, the Government will consider overall technical, supportability, and past performance merit being 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 (JUN 2008), (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 companys 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 official 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. Additional clauses that apply are: 52.216-18 Ordering (Fill-in: (a) Data of contract through succeeding 60 months), 52.216-19 Order Limitations (Fill-in: (a) $1.00, (b) (1) $20,000,000.00, (b)(2) $20,000,000.00, (b)(3) 30, 52.216-22 Indefinite Quantity (Fill-in: (d) 12 months after contract expiration), 52.217-7 Option for Increasing Quantity-Separately Priced Line Item (Mar 1989). Full text of these provisions may be accessed on-line at http://www.arnet.gov/references/ or http://farsite.hill.af.mil/. DFAR Clauses: 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items within this clause, the following clauses apply: 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7013 Duty-Free Entry, 252.225-7014, Preference for Domestic Specialty Metals,252.225-7020 Trade Agreements Certificate, 252.225-7021 Trade Agreements, 252.227-7015 Technical Data--Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.232-7003 Electronic Submission of Payment Requests. Additional DFAR Clauses that apply are: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.211-7003 Item Identification and Valuation. Full text of these provisions may be accessed on-line at http://www.acq.osd.mil/dpap/dfars/index.htm. 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: Matthew Brown, Contracts Specialist, Phone (703) 432-5027, Fax (703) 432-5029, Email matthew.s.brown2@usmc.mil. Please see attached Statement of Objectives.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=756368b19490a0c9620ed889b070dda7&tab=core&_cview=1)
- Record
- SN01632102-W 20080807/080805224108-e9a46f082ba5d3885743bf669a748ce9 (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 |