Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
SOLICITATION NOTICE

54 -- 54--The U.S. Army PEO STRI, Project Manager Instrumentation, Targets and Threat Systems intends to procure an Environmentally Controlled Container to house the Thermal Flux Simulator.

Notice Date
5/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACC - Orlando,, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-15-R-0035
 
Response Due
6/12/2015
 
Archive Date
7/21/2015
 
Point of Contact
M. Cathy Jordan, 407-384-3708
 
E-Mail Address
ACC - Orlando
(mary.c.jordan46.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. Solicitation W900KK-15-R-0035 is issued as a Request for Quote. Offerors can submit more than one quote in response to the solicitation if different items are quoted. The solicitation document and incorporated provisions and clauses are those in effect through Acquisition Circular 05-76 August 2014. The NAICS code for this acquisition is 332311 with a small business size standard of 500 employees. This acquisition is being solicited as a total Small Business Set-Aside. Item No 0001 1 each Transportainer 8 X 8.5 X 30, modified FFP Design, Develop, Inspect, Delivery and Assemble a Transportainer in accordance with Statement of Work PEO-STRI-15-W057 dated 4 May 2015. FOB Destination: White Sands Missile Range, NM 88002 Item 0002 1 each Power Distribution Box FFP Design, Develop, Inspect, Delivery and Assemble a Transportainer in accordance with Statement of Work PEO-STRI-15-W057 dated 4 May 2015. FOB Destination: White Sands Missile Range, NM 88002 A detailed description of the requirement is contained in the attached SOW PEO-STRI-15-W057 and drawings SVAD-000002, -000004, -000006, 000007, -000008. All inspection and acceptance shall be at destination by the Government. Final inspection to be performed at the delivery site and will be directed and witnessed by the technical representative of the Procuring Contracting Officer (PCO) and be evidenced by signature of the PCO or his/her duly authorized representative. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. In addition to the instruction in this clause, Offeror's must submit the following quote content: Statement of Compliance: The offer shall include a statement indicating complete compliance with the solicitation, or detailed analysis of any objections, exceptions, contingencies, or additions. Any objection, exception, contingency, or addition shall be cross-referenced to the applicable solicitation paragraph(s). Price: Offeror's shall provide completed pricing for all CLINS. Each CLIN is all inclusive and all costs must be priced and this must be identified completely in the Price Section of the proposal. Technical Approach: The Offeror shall provide product literature, specification information cross-indexed to applicable parts of the SOW and warranty provisions. The Offeror's quote shall clearly demonstrate its ability to meet or exceed the SOW specifications. Statements that the Offeror understands and will meet the SOW requirements are inadequate. Paraphrasing or reiteration of the SOW or parts thereof is similarly inadequate, as are phrases such as quote mark standard procedures will be employed quote mark or quote mark well-known techniques will be used. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed in the attached SOW and minimum design layout. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. All quotes shall be subject to evaluation by a team of Government personnel. Support contractors will not participate as members of or advisors to the source selection team. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. Arithmetic Discrepancies; For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the offeror. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. The Government requires a standard one year parts and labor warranty. The warranty coverage needs to be addressed in the quote. Quotes are due no later than 4:00 PM, EST on 12 June 2015. Please send your quote via email to our Contract Specialist, Cathy Jordan at mary.c.jordan46.civ@mail.mil. The Government anticipates a contract award on or around 13 July 2015. The Government reserves the right to request additional information after receipt of Offeror's response to the RFQ. The quote shall be valid for not less than 60 calendar days from the quote due date. If your quote is not able to be transmitted electronically, either mail or hand-deliver to: 12350 Research Parkway, Orlando FL 32826-3276. Please refer in the subject line of your email the solicitation number, W900KK-15-R-0035 and your firm's name. Attachments in Microsoft Office or PDF files are acceptable, please have all documents unlocked for evaluation. Late submissions will not be accepted. This is a Request for Quote only. Do not proceed with this work until you have received a contract document signed by the Contracting Officer. Please address questions in this matter to our Contract Specialist, Cathy Jordan at (407) 384-3708, or e-mail at mary.c.jordan46.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/59f48d4f5d5124532833d14f749101e8)
 
Place of Performance
Address: ACC - Orlando, 12350 Research Parkway Orlando FL
Zip Code: 32826-3276
 
Record
SN03740516-W 20150524/150522234335-59f48d4f5d5124532833d14f749101e8 (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.