Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2014 FBO #4614
SOLICITATION NOTICE

23 -- Jeep Rubicon Exchange for Modified Jeep J8s

Notice Date
7/11/2014
 
Notice Type
Cancellation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
DLA TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV14T0205
 
Response Due
7/25/2014
 
Archive Date
9/9/2014
 
Point of Contact
Kathy A. Kessler, 586-282-7171
 
E-Mail Address
DLA TACOM - Warren Acquisition Center
(kathy.a.kessler.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. Solicitation number W56HZV-14-T-0205 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 (1 Jul 2014). This solicitation is Other Than Full and Open Competition limited to the Jeep J8 Light Patrol Vehicles. The associated North American Industrial Code System (NAICS) code is 336112 and the small business size is 1000 employees. The U.S. Army Contracting Center-Warren (ACC-WRN) has 110 Chrysler Jeep Rubicons to exchange for the greatest number of modified Chrysler Jeep J8 Light Patrol Vehicles it can obtain (J8s). The Rubicons will be referred to as Exchange Vehicles (EVs) throughout this solicitation. The Rubicons are model year 2014, Dune Color with less than 50 miles. The Rubicons are identified by VIIN in Attachment 0003. The J8 Light Patrol Vehicles must meet the vehicle specification in Attachment 0001. Rubicon Pickup: At the Contractor's expense, all 110 Rubicons shall be picked-up at the following location anytime after contract award but no later than 120 days after contract award (DACA): NAVSUP WEAPON SYSTEM SUPPORT WSS CODE OSX1 717-605-8199 5450 CARLISLE PIKE BLDG 107 S END MECHANICSBURG PA 17055-0788 J8 Light Patrol Vehicle Delivery: The J8s shall be delivered no later than 240 DACA to the following location: BH8400 (TAC M): TECHNICAL DEPARTMENT REPUBLIC OF YEMEN MOD TEL 11 967 1 755 2356 13 AL QIADA STREE SANA A YEMEN FOB Origin will apply (FAR 52.247-29). The Government's inspection and acceptance of the supplies will be at origin. The following FAR clauses apply to this acquisition and are in addition to those mentioned above in Federal Acquisition Circular 2005-74 (01 Jul 2014): (http://www.acquisition.gov/far/fac/Looseleaf_FAC%202005-60_7-26-12.pdf): FAR 52.212-1, Instructions to Offerors - Commercial items FAR 52.212-2, Evaluation - Commercial Items. See below M.1.2 Evaluation. FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. Offerors must include a completed copy with offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. (See FAR Clause Attachement for additional information) FAR 52.247-52, Clearance and Documentation Requirements - Shipments to DOD Air or Water Terminal Transshipment Points FAR clause 52.246-60 Guaranteed Shipping Characteristics FAR clause 52.246-4028 Inspection and Acceptance Points: Origin DFARS clause 252.211-7003 Item Identification and Valuation DFARS clause 252.225-7021 Trade Agreements DFARS clause 252.211-7006 Passive Radio Frequency Identification DFARS clause 252.217-7002 Offering Property for Exchange a) The property described in Table 1 Attachment 0003 is being offered in accordance with the exchange provisions of 40 U.S.C. 503. (b) The property is located at: NAVSUP WEAPON SYSTEM SUPPORT WSS CODE OSX1 717-605-8199 5450 CARLISLE PIKE BLDG 107 S END MECHANICSBURG PA 17055-0788 Contractor GFE Inspection is 14-25 July 2014 The DPAS rating for this acquisition is DO3 SECTION-L INSTRUCTIONS TO OFFERORS: L.1 PROPOSAL INSTRUCTIONS: The proposal should be accompanied by an electronic cover letter (letter of transmittal) and submitted through the Army Single Face to Industry (ASFI) bid response system to identify all enclosures being transmitted with the proposal. Extreme care and attention should be given to ensure that all necessary items are included in the proposal. L.1.1 CLAUSE FILL-INS: Some clauses require the offeror to fill in information. Pay particular attention to 52.247-60 GUARANTEED SHIPPING CHARACTERISTICS and 52.246-4028 INSPECTION AND ACCEPTANCE POINTS: ORIGIN as that information will be used by the Government to calculate transportation costs. A completed copy of clause 52.212-3, Offeror Representations and Certifications - Commercial Items, must be included with your proposal. L.2 TECHNICAL INFORMATION QUESTIONNAIRE (TIQ): The offeror shall complete each section of the TIQ (TABLE 1, Attachment 0002). Failure to complete every section of the TIQ may render your offer ineligible for award. L.2.1 SUPPORTING TECHNICAL CAPABILITY INFORMATION: In addition to completing the TIQ, the offeror shall support its responses by electronically submitting supporting documentation where indicated on the TIQ. L.3 PRICE PROPOSAL: L.3.1 CLIN STRUCTURE and PRICE INFORMATION: The offeror shall legibly fill-in, in U.S. Dollars, the Unit Price column and the total Amount column for all highlighted sections identified in the Price Factor Spreadsheet, Attachment 0004. L.3.2 General Information. Price Factor Offers shall be submitted as follows: L.3.2.1 The Price Factor must include the specified data and information to allow for an assessment of the reasonableness of the offeror's proposed quantities of J8s. All elements shall be supported by documentation as required below. (Note: See Section M for a description of Reasonableness and how the Total Evaluated Exchange Value will be calculated). L.3.2.2 Offerors shall not provide any quantity or pricing information in Section B. L.3.3 Instructions for Completing the Price Factor Spreadsheet, Attachment 0004: L.3.3.1 Offerors shall only input amounts into the cells that are shaded in YELLOW. Offerors are not allowed to manipulate the spreadsheet or cells that are locked. L.3.3.1.1 Unit Price of Rubicons: the Offeror shall provide the unit price in US Dollars for each of the 110 Jeep Rubicons. The Offeror shall also provide a brief narrative explaining how the proposed Jeep Rubicon price was developed in the Narrative section identified on the spreadsheet. L.3.3.1.2 Shipping of Rubicons from Mechanicsburg, PA: The Offeror shall provide the price of the shipping for the 110 Rubicons, which will be incurred by the Offeror, from Mechanicsburg, PA. The Offeror shall also provide a narrative explaining the basis for this price. L.3.3.1.3 Other: The Offeror shall identify any other components or costs which came into consideration in the total value the Offeror assigned to the Jeep Rubicons. Briefly describe in the category (Cell A16) box if there is an applicable factor. The Offeror shall also provide a narrative explaining their basis for the given price. L.3.3.1.4 Quantity: The Offeror shall provide the number of Jeep J8 Light Patrol Vehicles offered in exchange for the 110 Jeep Rubicons. L.3.4 In addition to the above information, the Government reserves the right as a clarification under FAR 15.306, to request additional or more detailed price breakdown data to support its determination of price reasonableness. SECTION-M EVALUATION: M.1 BASIS OF AWARD: The Government will award a single exchange contract to the responsible offeror that offers the Highest Total Evaluated Vehicle Exchange value under the Price factor and is assessed as Acceptable in the Technical Capability factor. The Government may make no contract award where it concludes that no proposal exists that can achieve program and contract terms and conditions at an acceptable vehicle exchange value. M.1.2 EVALUATION: The evaluation will be conducted in accordance with FAR 12.6 ( quote mark Streamlined Procedures for Evaluation and Solicitation for Commercial Items quote mark ). There are two factors: (1) Price (total evaluated vehicle exchange value) and (2) Technical Capability. The Government intends to conduct a price evaluation, to include transportation costs, on all proposals. The Government will then conduct a technical capability review of the highest total evaluated exchange value proposal. If the highest total evaluated exchange value is determined to be technically unacceptable, then the Government will conduct a technical capability review on the next highest total evaluated exchange value proposal. Unless the Government determines it is in its best interest to conduct discussions, the Government will follow this process until the proposal with the highest total evaluated vehicle exchange value, which is determined to be technically acceptable, is identified. M.1.3 TECHNICAL CAPABILITY: For an offeror to be eligible for award, its proposal must be assessed as Acceptable under each section of the Technical Information Questionnaire (TIQ) (TABLE 1, Attachment 0002). Offerors found to be Unacceptable under any section of the TIQ will not be considered for award. To determine Acceptability, (1)the Offeror's response must clearly indicate it can meet each requirement on the TIQ; and (2)where supporting documentation is required (TIQ with supporting documents and basis of estimate rationale),, the Government will review the information submitted to confirm that the Offeror is capable of meeting the requirement. An Acceptable proposal is one which clearly meets the minimum requirements of the solicitation. An Unacceptable proposal is one which does not clearly meet the minimum requirements of the solicitation. M.1.4 Price Factor: M.1.4.1 The assessment of the reasonableness of the exchange value being offered will include consideration of the reasonableness of the proposed prices as follows: M.1.4.1.1 A price is considered reasonable if that price does not exceed what would be incurred by a prudent person in the conduct of competitive business. The Government may make a determination of reasonableness using any of the price analysis techniques and procedures described in FAR Part 15.404-1, but reserve the right to utilize any data other than certified cost or pricing data submitted to the extent it is deemed necessary. The Government may reject a proposal which is not reasonable. M.1.4.1.2 The information submitted in response to Section L.3 will be evaluated to assess the reasonableness of the offeror's proposed quantity of J8 Light Patrol Vehicles it is offering in exchange for the Rubicons. M.1.4.1.3 The total evaluated vehicle exchange value will consist of the following: (a) The proposed quantity of J8 Light Patrol Vehicles offered on CLIN number 0001AA (as proposed on the Price Factor Spreadsheet, Table 1, Attachment 0004, quote mark Jeep Proposal quote mark Worksheet, Cell quote mark D20 quote mark ); (b) For evaluation purposes only, the Government will develop the transportation cost associated with shipping the J8 Light Patrol Vehicles from the Offeror's location (as identified as the place of inspection & acceptance) to the destination (Yemen). The transportation cost developed by the Government will then be divided by the Government's estimated value of a Modified Jeep J8 Light Patrol Vehicle to determine a vehicle equivalent. (c) The total evaluated vehicle exchange value will then be developed by subtracting the vehicle equivalent (as calculated in M.1.4.1.3(b)) from the proposed quantity of J8 Light Patrol Vehicles offered on CLIN 001AA (as referenced in M.1.4.1.3(a)). There is an example in spreadsheet 0004, which has arbitrary values and is for example only. M.1.5 DISCUSSIONS: In accordance with FAR clause 52.212-1(g), the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical capability standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. In addition, the Government reserves the right, without entering discussions, to request additional information necessary to support the offeror's price in order to determine price reasonableness. Offers are due no later than 25 July 2014, 1600 local time Warren, MI. Quotations must be submitted electronically Army Single Face to Industry (ASFI). No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/acc8cb47fc0384b7b2b3661376e176e0)
 
Place of Performance
Address: DLA TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN03423020-W 20140713/140712022845-acc8cb47fc0384b7b2b3661376e176e0 (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.