Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
MODIFICATION

23 -- Diesel/Gas Sports Utility Vehicles (SUVs) with Right/Left Hand Steering

Notice Date
8/14/2014
 
Notice Type
Modification/Amendment
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV14R0271
 
Response Due
8/21/2014
 
Archive Date
10/13/2014
 
Point of Contact
Kathy A. Kessler, 586-282-7171
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(kathy.a.kessler.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. NOTE: This will be open for proposals for only 21 days. Solicitation number W56HZV-14-R-0271 is issued as a Request For Proposal (RFP). 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 small businesses. 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 a requisition to procure a total of 20 Diesel and/ or Gas Sport Utility Vehicles (SUV) with either a right or left hand steering side. See Below for specifics: Midsize Sports Utility Vehicle (SUV) Breakout CLINS Quantity Gas or Diesel Right or Left Hand Steering 0001 1 ea Gas Right Hand 0002 6 ea Gas Left Hand 0003 3 ea Diesel Right Hand 0004 10 ea Diesel Left Hand The vehicle Specifications and Technical Questionnaire are contained in the attachments listed in TABLE 1. TABLE 1: Attachments Description 001 Sport Utility Vehicle Specification 002 Sport Utility Vehicle Technical Information Questionnaire 003 CLIN Structure and Pricing Spreadsheet 004 Clause Fill-ins 005 FAR Clause 52.212-5 Place of delivery: PLEASE SEE TIQ (ATTACHMENT 002) for various locations. All deliveries are required 120 days after contract award. 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 (1 Jul 2014): (http://www.gpo.gov/fdsys/pkg/FR-2014-05-30/pdf/2014-12411.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. 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 - Attachment 004 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 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) which is to be included in the proposal when submitted to Kathy Kessler 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. (Attachment 004- Clause Fill ins) L.2 TECHNICAL INFORMATION QUESTIONNAIRE (TIQ): The offeror shall complete each section of the TIQ (Attachment 002). Failure to complete every section of the TIQ may render your offer ineligible for award. L.2.1 ADDITIONAL TECHNICAL CAPABILITY INFORMATION: In addition to completing the TIQ regarding the Sports Utility Vehicle being proposed, the offeror shall support its responses by electronically submitting supporting documentation where indicated on the TIQ. L.3 PRICE INFORMATION: The contractor shall legibly fill-in, in U.S. Dollars, the Unit Price column and the total Amount column for all CLIN numbers 0001 - 0004 (Attachment 003- Pricing Spreadsheet). SECTION-M EVALUATION: M.1 BASIS Of AWARD: The Government plans to award a single Firm-Fixed-Price contract for an SUV style vehicle to a responsible offeror that is assessed as Acceptable in the Technical Capability Factor with the Lowest Total Evaluated Price. 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 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 lowest total evaluated priced proposal. If the lowest priced proposal is determined to be Unacceptable, then the Government will conduct a technical capability review on the next lowest priced proposal. Unless the Government determines it is in its best interests to conduct discussions, the Government will follow this process until the lowest priced, technically acceptable proposal is identified. M.1.3 Technical Capability Factor: For an offeror to be eligible for award, its proposal must be assessed as Acceptable under each section of the Technical Information Questionnaire (TIQ) (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 indicate it can meet each requirement on the TIQ; and, (2)where supporting documentation is required, 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: The information submitted in response to Section L.3 will be evaluated to assess the reasonableness of the offeror's total evaluated price. A price is considered reasonable if it does not exceed what would be incurred by a prudent person in the conduct of competitive business. The total evaluated price will consist of the total sum of all CLIN numbers 0001 -0004 and the transportation costs as determined by the ACC-Warren Transportation Office for all FOB origin CLINs. 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 Aug 2014, 1600 local time Warren, MI. Quotations must be submitted electronically to Kathy Kessler at Kathy.a.kessler.civ@mail.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e3bdfa14795801d4e17d0291b7f25b4d)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN03465800-W 20140816/140815000148-e3bdfa14795801d4e17d0291b7f25b4d (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.