Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2014 FBO #4488
SOLICITATION NOTICE

39 -- 6K Hand Lift Pallet Jacks (Shipboard-use) - 6K Purchase Specifications

Notice Date
3/7/2014
 
Notice Type
Presolicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8EC-14-Q-0035
 
Archive Date
3/31/2014
 
Point of Contact
Robert Spadaro, Jr., Phone: 215.737.0866
 
E-Mail Address
Robert.Spadaro@dla.mil
(Robert.Spadaro@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Testing requirements document Ordering Data Purchase Description DLA Troop Support intends to issue an unrestricted Request for Quote (RFQ) for the acquisition of a 6K Hand Lift Pallet Jack Truck, for Shipboard use (Generic NSN F00000328).This forklift shall be manufactured I/A/W Purchase Description NAVSUP WSS PD-1900 (Type 2). An "oral" solicitation (SPE8EC-14-Q-0035) will be conducted with all offerors who have indicated interest in this procurement, by responding to this notice (Email: robert.spadaro@dla.mil). This solicitation will be for a Customer-Direct Indefinite Quantity Contract (IQC), which will be awarded in accordance with the policies and procedures in accordance with FAR Part 13.501 (Test Program for Certain Commercial Items). Solicitation Period: 5 days. Estimated Issue Date: 17 March 2014; Estimated Closing Date: 24 March 2014. No proposals will be accepted in response to this notice, it is JUST A NOTICE. The solicitation will be fully competitive and the resulting contract will be firm fixed-price contract. The contract will have two-year base period and (1) one-year option period (exercised at the Government's discretion). The offeror must submit one fixed price for the two-year base and one fixed price for the one-year option period. There will be no economic price adjustments (EPA). There will be several CLINs contained the solicitation. There will be a CLIN for a proposed price for East of the Mississippi, another CLIN for a proposed price for West of the Miss, a CLIN for the proposed price of the Contractor First Article Tests (FAT) plus several additional CLINs for various Contract Data Requirements Lists (CDRLs) line items, which must be separately priced as a one-time fee, separate from the unit price for the forklift. The CDRLs to be priced separately include technical manuals, Maintenance Index Pages (MIPs) and Maintenance Requirements Cards (MRCs), and Saline Atmosphere test. These one-time fees will become payable under the first delivery order of the resulting contract. You MUST submit a price on each CLIN. You cannot receive an award for the forklifts without supplying the technical manuals, MIPs/MRCs, and performing the FAT tests. The total estimated value for the proposed two year base plus the possible one-year option is $2,500,000.00. The contract will have a maximum limitation value of $6,500,000.00. The resulting contract(s) will include guaranteed minimum purchase requirements by the Government (150 EA for the two-year base and 50 each for the one-year option). Large business concerns must submit a Small Business Subcontracting Plan along with their proposal. For the purposes of price evaluation, each offeror's total evaluated price will be determined by adding the total price for the pallet jack (qty times proposed unit price - east & west) to the offered prices for all other CLINs (such as testing, manuals, etc.). The government will make an award as a result of this solicitation to the responsible offerer, offering the lowest evaluated price, and taking no exception to the terms and conditions set forth in the solicitation including offering an item that complies with the applicable item description. An award is anticipated by June of 2014. Contractor First Article Testing (FAT) is required, and there will be no waivers granted. The First Article Test (FAT) production lot shall consist of one (1) sample pallet truck, tested at the contractor's plant or authorized laboratory. Contractor testing and submittal of fat report shall be received by the contracting officer no later than 180 days after the date of contract award. Government evaluation and notification shall be 45 days after receipt of report. Production quantity of first delivery order shall be 45 days after vendor is in receipt of government approval notification. Therefore, the first do production quantity shall be delivered no later than 270 days after the effective date of the first do [this timeframe includes the time to produce pre-production sample, test and govt approve fat unit and subsequent delivery of production quantity (specified on 1st DO)]. After approval of fat, all subsequent customer-direct delivery orders will require a delivery schedule of 45 days after receipt The first Delivery Order (DO) will require Inspection at Source (Origin) and Acceptance at DLA Troop Support. All subsequent DOs will require Inspection/Acceptance at Origin/Source. Radio Frequency Identification (RFID) will be required. Customer-Direct delivery orders will specify deliveries to both CONUS and OCONUS (via a containerization point) destination points. For each customer-direct Delivery Order (DO) there will be a minimum order requirement of 1 EA, with a maximum order limitation of 30 EA. Technical Manuals: Awardee will be required to overpack one hard copy manual and one CD with each truck shipped and one copy to each ship to address. MIPs/MRCs: this is a one-time requirement, which will cover the whole fleet of this particular pallet truck. MIP/MRC must be developed by a "level 2 certified" company (per section 7.5 of PD-1900). Awardee is required to delivery one (1) completed version to NAVSUP WSS in-service engineering agent (ISEA). Certified cost and pricing data may be required per FAR 15.403-4. The Contracting Officer may utilize On-line Reverse Auctioning as a means of conducting price discussion under this solicitation. If the Contracting Officer does not conduct a Reverse Auction, award may be made on the basis of initial offers or following discussions not using Reverse Auctioning as a pricing technique. This acquisition is subject to the requirements of the Trade Agreement Act of 1979. All offers shall be in the English language and in U.S. dollars. Please contact Robert.Spadaro@dla.mil to indicate your desire to participate in the "oral" solicitation. This agency will consider quotes submitted by all responsible sources.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPE8EC-14-Q-0035/listing.html)
 
Record
SN03305322-W 20140309/140307234816-860f2b31b94c4a5552dcba3465cf67a6 (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.