Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2013 FBO #4121
SOURCES SOUGHT

25 -- Vehicular Equipment Components

Notice Date
3/5/2013
 
Notice Type
Sources Sought
 
NAICS
441120 — Used Car Dealers
 
Contracting Office
N00178 Naval Surface Warfare Center, Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017813Q4285
 
Response Due
4/4/2013
 
Archive Date
8/30/2013
 
Point of Contact
Bret Coons,
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. NSWC Dahlgren (NSWCDD) has multiple programs dealing with vehicles and vessels. During the routine course of these programs it is required that NSWCDD experimentally utilize a wide range of vehicles and vessels. NSWC Dahlgren maintains a pool of test assets for land, air and watercraft which includes: Small, medium, and large passenger vehicles and motorcycles Small, medium, and large commercial vehicles oLarge commercial vehicles cover vehicles such as semi ™s, dump truck, etc. Boat motors Critical components of vessels (i.e. navigation, communication, control systems, etc.) Small and medium vessels oJet Skis oSmall and medium passenger boats oSpeed or cigarette style boats oSmall and medium commercial boats Unmanned Ariel Vehicles (UAVs) The Naval Surface Warfare Center, Dahlgren Division intends to award competitive Blanket Purchase Agreements (BPAs) for the procurement of various parts and test assets for experimental purposes with subcomponents for land, air, and watercraft. Various parts and test assets include: Small, medium, and large passenger vehicles and motorcycles; new or used Small, medium, and large commercial vehicles; new or used Boat motors Critical vessel components Small and medium vessels Parts for commercial and passenger vehicle and motorcycle targets Parts for boat motor, critical vessel component, and vessel targets Unmanned Ariel Vehicles (UAVs) Individual call orders will identify specific requirements and will be competed based on the appropriate NAICS code. Individual call orders shall not exceed the Simplified Acquisition Threshold of $150,000. A BPA may be issued for a five-year period. This procurement is set aside 100% for small businesses. The appropriate NAICS codes for this requirement are as follows: NAICS code 441222, size standard $30,000,000. NAICS code 423110, size standard 100 employees. NAICS code 423120, size standard 100 employees. NAICS code 423140, size standard 100 employees. NAICS code 441110, size standard 200 employees. NAICS code 441120, size standard $23,000,000. NAICS code 441210, size standard $30,000,000. NAICS code 441221, size standard $30,000,000. NAICS code 441229, size standard $7,000,000. NAICS code 441310, size standard $14,000,000. NAICS code 441320, size standard $14,000,000. NAICS code 336411, size standard 1,500 employees NAICS code 336412, size standard 1,000 employees NAICS code 336413, size standard 1,000 employees Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and services and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. The Government will not be issuing a formal Request for Proposal (RFP) because this notice will result in BPAs. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The Government reserves the right to periodically solicit additional offers to add new vendors to the calling list. Additionally, vendors will continuously be rated based on performance quality. Vendor acceptance/reject data will be collected from receiving inspection. Calculation percentage for acceptance is equal to total calendar year vendor acceptances divided by total calendar year vendor receipts. Criteria for removal will be if less than a 60% acceptance rate is maintained for a period of more than three (3) purchases or more than one quarter (whichever is greater) before being recommended for removal. The vendor must demonstrate improvement if the acceptance rate is between 60-80%. A qualified performer will maintain an 80% or higher acceptance rate. BPAs will be issued on the basis of technical capability and past performance. Companies must submit a minimum of five (5) past performance references. These references should include name of business, address, telephone number, point of contact, contract/purchase order number, and item description. Past performance will be evaluated based upon quality and timeliness of delivery. The government reserves the right to use additional past performance references if necessary. FAILURE TO SUPPLY THE REQUESTED INFORMATION WILL AFFECT YOUR ABILITY TO BE AWARDED A BPA. Interested parties are requested to provide applicable subcomponent (land and/or watercraft), their Cage Code and DUNS numbers for verification of inclusion in the System for Award Management - https://www.sam.gov/portal/public/SAM/. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR 9.104 “ http://federalconstruction.phslegal.com/FAR-9-104.pdf. Interested parties are encouraged to address the seven elements of responsibility contained in FAR 9.104 and to complete FAR Clause 52.219-1 “ http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_215.htm#P1055_184500. In compliance with DFARS 252.232-7003, śElectronic Submission of Payment Requests (MAR 2008), ť the Government will utilize Wide Area WorkFlow (WAWF) “ https://wawf.eb.mil/ to electronically process vendor requests for payment. Delivery shall be FOB Destination to Dahlgren, Virginia. All BPA calls/orders shall be issued on a firm fixed price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than 04 April 2013, to the attention of Bret Coons, Naval Surface Warfare Center Dahlgren Division, 17632 Dahlgren Road Suite 157, Dahlgren, VA 22448-5110 or via email to: bret.coons@navy.mil. Responses or questions concerning this announcement should reference synopsis number N00178-13-Q-4285 and should be directed to Bret Coons at (540) 653-9865 or to: bret.coons@navy.mil. Vendors that currently hold Master Agreements for NSWCDD ™s Test Assets Blanket Purchase Agreement do NOT need to respond to this synopsis for sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017813Q4285/listing.html)
 
Record
SN03004021-W 20130307/130305234914-1d5ae398af8cd9e532857580943a3698 (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.