SOLICITATION NOTICE
58 -- Rack Ready Vehicle Platforms - Rack Ready RFP
- Notice Date
- 12/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-10-R-0079
- Archive Date
- 2/18/2010
- Point of Contact
- Robert G Battaglia, Phone: 732-323-7535, Keith P Davis, Phone: 732-323-2243
- E-Mail Address
-
robert.battaglia@navy.mil, keith.davis@navy.mil
(robert.battaglia@navy.mil, keith.davis@navy.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- Attachment 3 Labor rates by work category Attachment 2 Price Proposal sheet Attachment 1 Technical Matrix for requirements Exhibit A, CDRL A001, Late Delivery Reporting Requirements RFP for Rack Ready Multiple Award BPA. Contains specifications, proposal format information, and the outline of the Basic Purchasing Agreement The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communication Requirements (SCR) Division, Webster Field Annex intends to procure Rack Ready Vehicular Platforms for multiple programs which the SCR Division supports. The Government intends to award multiple Blanket Purchase Agreements in accordance with the attached statement of work and solicitation. The agreements will be in effect for a period of 5 years. Performance will take place CONUS. There is a partial set aside for small business (see solicitation for details). All interested contractors/vendors should complete the RFP including all certifications contained in its provisions, and provide a proposal in the format specified in Section L. Proposals are due by 2:00 P.M. Eastern February 3, 2010. To be eligible to receive an agreement with the Federal Government, interested parties must be registered in the Central Contractor Registration (CCR) online at www.ccr.gov. The government will not accept proposals submitted via e-mail. The POC is Robert Battaglia, phone: 732-323-7535 or e-mail: robert.battaglia@navy.mil Purpose of a BPA It is the intent of the Contacting Office at Lakehurst NJ to award multiple Blanket Purchase Agreements (BPAs) to qualified responsible contractors/vendors providing a basis for the award of delivery orders for its SCR’s requirements. It is important to understand what a BPA is and what it will accomplish. It is an agreement in which a contractor has been determined able to provide a particular product or class of products. Upon receipt of a BPA, terms and conditions have been agreed to in advance for any delivery orders between the contract agency and the contractor. Each BPA has a maximum dollar value assigned that represents only the potential dollar value; it is not a promise of total dollars awarded to any particular vendor. For the Rack Ready Platform, that maxium value is 10 million dollars. In addition, if that dollar value is reached with any one contractor, the contracting agency reserves the right to issue an additional BPA with that contractor, as well as award additional BPAs to qualified contractors at any time. This solicitation meets the Federal Acquisition Regulation requirements for Synopsis (FAR 5.207 -- Preparation and Transmittal of Synopses). After the BPAs are awarded, Request for Proposals/Quotes (RFPs) will be sent electronically to the qualified contractors for competition on either a Lowest Price Technically Acceptable or Best Value Basis, that basis provided in each individual RFP. An additional advertisement will not be published for Delivery Orders (FAR 5.202 (11): The proposed contract action is made under the terms of an existing contract that was previously synopsized in sufficient detail to comply with the requirements of FAR 5.207 with respect to the current proposed contract action) The required information for potential contractor proposals will demonstrate their ability to meet the requirements of the individual Contract Line Item Numbers (CLINs). It is possible that a contractor will only be determined qualified to provide certain CLINs as opposed to the entire BPA as advertised. There are certain CLINs set aside for small businesses as well. The Price information is not binding on the contractor; it simply provides a basis for estimating future procurements. While providing price information is a requirement for the proposal, there is no evaluation as to price reasonableness conducted. BPA’s are reviewed annually as well, and during those annual reviews, updated price sheets will be requested. Price becomes a factor only when an RFP is released for a delivery order. At that time, competition will determine price reasonableness unless best value requirements specify otherwise. There is not an order attached to the basic BPA itself, but it qualifies the contractor to compete for delivery order awards issued to holders of the BPAs. These competitions are conducted in a compressed timeframe due to the immediacy of the requirement. The process for the placement of delivery orders is spelled out in Section H of the RFP for the BPA. If you produce the items described in the Statement of Work, you are encouraged to submit a proposal as described in Section L.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-R-0079/listing.html)
- Place of Performance
- Address: Final Delivery and Possibly Some Assembly at, Saint Inigoes, Maryland, 20864, United States
- Zip Code: 20864
- Zip Code: 20864
- Record
- SN02030986-W 20091225/091223235200-b396175ee5dccce3d6eaab613051b22f (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 |