MODIFICATION
61 -- Amended Synopsis - 03 October 2013
- Notice Date
- 10/3/2013
- Notice Type
- Modification/Amendment
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T12RA307
- Archive Date
- 1/1/2014
- Point of Contact
- Roberta Baldwin, 443-861-4880
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(roberta.c.baldwin.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The synopsis is hereby amended to include the following updates: --RFP release is now anticipated for November 2013. --Revised Repair Parts language to clarify that the Government is only seeking Tactical Power Supplies unique parts and not common parts or common items that can be obtained elsewhere in the Government's supply chain. -- Technical/Repair Manuals is now referred to as [quantity one] Electronic Technical Manual. -- The mix of PP-6224D/U and PP-2953E/U will be determined by the Government at the time Delivery Orders are issued, (not quote mark 150 days prior to delivery quote mark ). Full text of the amended synopsis follows: The United States Army Contracting Command at Aberdeen Proving Ground, MD, 21005 intends to release a Request for Proposal, (RFP), in November 2013. The efforts required is to find a source for the long term production and sustainment of two Tactical Power Supplies PP-6224D/U and PP-2953E/U, associated Electronic Technical Manual, a list of Repair Parts and the Technical Data Package (TDP). In addition, the Repair Parts necessary to support the Tactical Power Supplies PP-6224D/U and PP-2953E/U requirement will also be competed and evaluated through the Source Selection process. As part of the evaluation process, contractors will be requested to include a baseline repair parts list with their proposals. The repair parts list will be the offeror's design sparing strategy for the life of the contract. This list will be used for evaluation purposes. The government will evaluate the contractor's proposed repairs parts list to determine price reasonableness and to ensure the price proposal is not unbalanced. The Solicitation will instruct the offerors that the Government is seeking only Tactical Power Supplies PP-6224D/U and PP-2953E/U unique parts and that common items, such as those that can be ordered from the Defense Logistics Agency (DLA) or elsewhere in the Government's supply chain, are not desired by the Government and that the addition of common parts to the sparing list may adversely affect a contractor's competitiveness. Additionally, the Government reserves the right to order such common parts from DLA notwithstanding there potential inclusion in the contract being solicited here. While an effort has been made to include a comprehensive Repair Parts list in the contract, it is recognized that not all of the necessary Repair Parts have yet been identified. It is anticipated that those items will be added to the baseline Repair Parts list as they are identified, but in no event will the additional costs associated with those items increase the overall ceiling price of the Indefinite Delivery Indefinite Quantity (IDIQ) contract beyond that specified in the documentation supporting the Government's approval to enter into this contract. The tactical power supplies furnish 0-25 amperes over a voltage range of 24 to 32VDC from nominal 115/230 VAC at 50, 60 or 400 Hz single phase. The tactical power supply can also operate from a 24 VDC storage battery in the battery standby mode. Full technical details of the tactical power supplies can be found in MIL-PRF-49080 Revision D, dated 17 March 2010, found at: https://assist.daps.dla.mil/quicksearch/basic_profile.cfm?ident_number=26824. Notes: 1) Revision D contains new requirements and many differences relative to Revision C; 2) There is an Exceptions to Specifications, dated 30 May 2012, that will be included with the solicitation that updates the Point of Contact and changes the output cable's relationship to the output connector. These details will be supplied with the future release of the RFP. The tactical power supplies will be designed to be field maintainable with full instructions included in the Electronic Technical Manual. The tactical power supplies will be required to undergo First Article Testing, will require configuration management control, and undergo periodic production testing. Details of testing can be found in the aforementioned MIL-PRF-49080 Rev D, dated 17 March 2010. The Government intends to award a five-year ordering period, Firm-Fixed-Price, (FFP), IDIQ type contract as a Full and Open Competition after Exclusion of Sources pursuant to FAR Part 15 for Tactical Power Supplies PP-6224D/U & PP-2953E/U. This requirement will be conducted on the basis of Small Business Set-Aside with a single contract award in accordance with FAR 19.502-2. Award will be made to the proposal which is determined to be the best value to the Government. The National Stock Numbers associated with the previous requirement were NSN: 6130-01-522-3494 and NSN: 6130-01-571-2142. The NSN numbers will change, and new NSN numbers are in process of being assigned for this new acquisition. The place of performance will be at the Contractor's facility; no contractors will need to have access to Army installations. The anticipated and/or potential delivery schedule for PP-6224D/U is 100 - 400 units per month until completion, and for PP-2953E/U, an anticipated monthly delivery quantity of 100 - 250 units per month until completion. Based on future and possible changing Government requirements, shorter lead times, or higher quantities, or concurrent deliveries may be required. The quantities and lead times will be negotiated for the specific Delivery Order. The combined delivery quantity of concurrent delivery orders of one or both Tactical Power Supplies is not required to exceed 500 total Power Supplies per month. The mix of PP-6224D/U and PP-2953E/U will be determined by the Government at the time Delivery Orders are issued. The minimum guaranteed order under this contract will be for either fourteen (14) First Article Units, including Testing and Reports, or for an amount not to exceed $250,000, whichever is less. FOB Point for delivery of the Tactical Power Supplies is FOB Destination. The official release of the RFP will be posted on the Internet at the Army Single Face to Industry, (ASFI), web site located at the following URL: https://acquisition.army.mil/asfi/. No additional information regarding this procurement will be available prior to the release of the RFP. The on-line version of the RFP shall include all documents of the solicitation package. No hard copies of the RFP will be issued. Amendments, if any, will be posted at the same location as the RFP. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a response. It is the responsibility of those responding to the solicitation to obtain all amendments and/or other applicable documents associated with the RFP. The point of contact for this action is Bobbi Baldwin, telephone 443-861-4880 or e-mail: Roberta.C.Baldwin.civ@mail.mil. All questions or comments in response to this solicitation shall be submitted in writing and e-mailed to Roberta.C.Baldwin.civ@mail.mil. It is the responsibility of the potential offerors to monitor the ASFI website on a regular basis for any updates to these documents. Other documents, as necessary, will be posted when available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bfe43c69d699e5e23d2b8ce989ae9333)
- Record
- SN03210935-W 20131005/131003233937-bfe43c69d699e5e23d2b8ce989ae9333 (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 |