Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOLICITATION NOTICE

81 -- Solicitation W25G1V-12-R-0022

Notice Date
2/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-12-R-0022
 
Response Due
4/4/2012
 
Archive Date
6/3/2012
 
Point of Contact
Dana Kavitski, 570-615-9720
 
E-Mail Address
ACC-APG - Tobyhanna
(dana.kavitski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SOLICITATION/SYNOPSIS FOR COMMERCIAL ITEM W25G1V-12-R-0022 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 15 and FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55. This procurement is being conducted under the requirements of FAR Subpart 6.1 Full and Open Competition. NAICS Code is 326199, 500 employees size standard. Request for Proposal (RFP) W25G1V-12-R-0022 applies. Any resultant contract shall be Firm-Fixed-Price, one award. REQUIREMENT: Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement to procure a quantity of 1,181 each Explorer 7630 Plastic Transit Cases under Brand Name or Equal to Specification to include custom polyethylene foam inserts. Custom polyethylene foam inserts must meet design specifications in accordance with Drawing 176658 Rev. A pages 3 through 8 (Attachment 2) in addition to specifications for foam inserts listed below. SALIENT CHARACTERISTICS: Proposed transit cases must be certified to meet IP67 Waterproof and dustproof, Defense Standard 81-41 Level J, STANAG 4280 (Edition 2) specifications and must conform to Directive 2002/95/EC specifications. Any proposed case which is not certified to meet these standards but is certified to meet the requirements of Mil-Std-810 for being waterproof, dustproof, and resistant to impact damage, UV rays, solvents, corrosion and fungus will also be acceptable. Transit case and any components, (latches, handles, wheels, hinges, etc.) must be black with no bright-finished parts visible. Cases shall be new. Reused or refurbished cases will not be acceptable. Interior case dimensions shall be: Inside length - 30 inches +/-.38 inch Inside width - 19 inches +/-.38 inch Inside depth - 12 inches +.25 /- 0.00 inch Exterior case dimensions shall be: 22 inch W X 33.3 inch L X 13.1 inch D. Allowable tolerance for outer dimensions of the case is +/- 1 inch. Foam shall be black or gray and -11, Foam, Bottom and -13, Foam, Lid must be securely glued into the case. Foam density and/or type will be determined by the vendor so that it protects the stored components from damage in accordance with the test methods described in MIL-STD-810 for shock, vibration, moisture, etc. Optional layered foam construction denoted in Drawing 176658 Rev. A (Attachment 2) is acceptable for all three large sections of foam (-11, -12 and -13). Amount of layers should be kept to a minimum and all layers must be securely bonded together. The reinforced base depicted on Drawing 176658 Rev. A page 5 should be made of a material of sufficient rigidity to prevent fully-populated -12 Foam, Top from deforming when removed from the transit case. The allowable tolerance for dimensions of all foam measurements is +/-.25-inch. Foam inserts shall be flush with case interior. PRICING: All CLINs must be priced in order for a proposal to be considered. The pricing shall be filled out as follows: Contract Line Item (CLIN) 0001: $____________ QTY: 1,181 Each - Explorer 7630 Plastic Transit Cases under Brand Name or Equal Specification to include custom polyethylene foam inserts To receive an award, the company must be registered in the Central Contactor Registration (CCR) https://www.bpn.gov/ccr/default.aspx. Offeror must also be found to be responsible in accordance with FAR Part 9 to receive an award. Award evaluation and basis for award will be performed in accordance with FAR 52.212-2 Evaluation - Commercial Items listed below. Offerors are cautioned that an award may not necessarily be made to the lowest price offer. PROPOSAL REQUIREMENTS: Technical Proposal / Evaluation: Technical proposals will be evaluated on a pass/fail basis (see FAR 52.212-2 Evaluation of Commercial Items below). A technical proposal must be included with the submitted offer and specifically demonstrate the ability of the contractor's proposed transit case and foam inserts to meet all specifications detailed in this solicitation and Mil-Std-810 for being waterproof, dustproof, and resistant to impact damage, UV rays, solvents, corrosion and fungus. Offers which do not include a detailed technical specification proposal of the transit case and foam inserts will be considered incomplete and may not be considered for award. After written technical proposals are evaluated, the Government reserves the right to request one (1) sample transit case with foam inserts included from offerors determined to be in the competitive range which may be required for a second round of technical evaluation. Inspection of the sample provided will also be pass/fail. Upon request, one sample transit case with foam shall be sent to Tobyhanna Army Depot, 11 Hap Arnold Blvd, Tobyhanna, PA 18466 within ten (10) calendar days of the request. The sample transit case must be certified to meet Military Standard Mil-STD-810. Proof of certification shall be provided upon delivery of the sample. Contractor is responsible for all costs associated with shipment of the sample to and from Tobyhanna Army Depot. Past Performance: Offeror shall provide detailed information in the format described below, for (3) three efforts performed during the past 3 years, which are relevant to the efforts required by this solicitation. The efforts performed must be similar in scope to the Tobyhanna requirement in terms of dollar amount and products supplied: Government Agency or Company Name and Address Customer Point of Contact (POC) and Position within the Company/Agency Customer POC telephone number. Customer POC Verified E-mail Address Contract or Sales Number Date of Contract or Sale Dollar Value of Contract Place of Performance Period of Performance Description of Equipment Provided Delivery: Offeror shall propose shortest lead time possible and meet or exceed the required delivery schedule of 300 cases delivered per month until all 1,181 cases are delivered in total with the first required delivery to be within 30 days after date of contract award. Contractor must propose specific delivery time as part of the offer. Delivery is FOB Destination, Tobyhanna Army Depot, Tobyhanna, PA 18466. Early and partial shipments will be accepted. Transit Cases should be protected from damage during shipment. PROPOSAL SUBMISSION REQUIREMENTS: In accordance with FAR 52.212-1 Instructions to Offerors - Commercial Items, proposals which fail to include all representations or information required in this solicitation may be rejected without further consideration. Parties interested in responding to RFP must complete a Standard Form (SF) 1449 (available at http://www.forms.gov), with blocks 5, 12, 17a, 19 thru 24, 30a and 30b; and 30c, completed. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the following full text provisions completely filled out (Attachment 1): FAR 52.209-5 Certification Regarding Responsibility Matters FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items FAR 52.219-1 Small Business Program Representations DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252.225-7020 Trade Agreements Certificate Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation (i.e., Past Performance and Technical documentation) must be submitted with the offer in order for the offer to be considered (see Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance). Completed SF1449 and other information must either be faxed to 570-615-7525, sent electronically as a.pdf file to dana.kavitski@us.army.mil, or provided as a hard copy by date specified for receipt of offers which is 3:00 PM EST April 4, 2012. Hard copy may be delivered to: Tobyhanna Army Depot Dana M. Kavitski CCAP-CCT Contract Operations Division 11 Hap Arnold Blvd Tobyhanna, PA 18466-5100 Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offeror must hold prices firm for 90 calendar days from the date specified for receipt of offers which is 3:00 PM EST April 4, 2012. APPLICABLE FAR, DFARS AND LOCAL CLAUSES: See Attachment 1 for all Applicable FAR, DFARS Clauses, and LOCAL Clauses applicable to this solicitation and any resultant award. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956 Wide area Workflow System, which will be included in any resultant contract. AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All offerors shall acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. 52.212-2 -- EVALUATION - COMMERCIAL ITEMS (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability: The item(s) offered will be evaluated as providing or complying with all the requirements set forth in the solicitation specifications. This evaluation will result in a determination of technical acceptability or unacceptability. Exceeding the technical requirements will not result in a more favorable evaluation since the overall technical evaluation will be Pass/Fail. (ii) Price: Offerors are advised to provide the most competitive pricing they can with the initial proposal submission. (iii) Past performance: Offerors must submit three (3) examples of past performance. The examples shall have been performed within the past three years (3 yr). Past performance examples will be evaluated for Relevance and Quality. (A) Relevance is defined as fulfilling the same or similar requirement for the same or similar quantities under the same or similar circumstances. An example which is considered to be ideally on-point is one which satisfied the same technical requirement for the same quantity, provided to a Government customer, and within the same delivery timeframe as required under this solicitation. It is not required to submit examples which are ideally on-point; however, offerors should strive to provide those examples which are as relevant as possible. (B) Quality is evaluated as overall customer satisfaction, including but not limited to: performance of the equipment and services provided; timeliness of delivery; willingness to negotiate and accommodate changes; cost control; processing of warranty claims; performance of maintenance agreements; availability of general customer support. (C) Three (3) examples of past performance shall be included in the offeror's proposal. Each example shall have the following information: Government Agency or Company Name and Address Customer Point of Contact (POC) and Position within the Company/Agency Customer POC telephone number. Customer POC Verified E-mail Address Contract or Sales Number Date of Contract or Sale Dollar Value of Contract Place of Performance Period of Performance Description of Equipment Provided (D) Should the offeror provide more than three (3) examples of past performance, the Government is not obligated to contact more than the first three. Offerors should confirm that the POC telephone numbers are accurate and in service; failure to provide valid telephone numbers does not obligate the Government to further pursue those examples of past performance. (E) In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. (F) Nothing in this solicitation prohibits the Government from obtaining and considering past performance from any source available. (G) Negative information obtained during past performance evaluations will be provided to the offeror to be addressed unless such negative information or circumstances have already been addressed by the offeror. (iv) Delivery: Offeror shall propose shortest lead time possible and meet or exceed the required delivery schedule of 300 cases delivered per month until all 1,181 cases are delivered in total with the first required delivery to be within 30 days after date of contract award. Contractor must propose specific delivery time as part of the offer. Delivery is FOB Destination, Tobyhanna Army Depot, Tobyhanna, PA 18466. Early and partial shipments will be accepted. Transit Cases should be protected from damage during shipment. Technical, past performance, and delivery, when combined, are approximately equal to cost or price. AWARD MAY NOT NECESSARILY BE MADE TO THE FIRM WHO SUBMITS THE LOWEST PRICED PROPOSAL. In the case of equal ratings of past performances, proposed delivery schedule, and technical evaluation, price will be the deciding factor for award. (b) 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 after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/59512119534e037e8548a69028518233)
 
Place of Performance
Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02682482-W 20120226/120224234810-59512119534e037e8548a69028518233 (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.